SECTION ADDENDA ADDENDUM NUMBER 2

Size: px
Start display at page:

Download "SECTION ADDENDA ADDENDUM NUMBER 2"

Transcription

1 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM SECTION ADDENDA ADDENDUM NUMBER 2 DATE: December 16, 2015 PROJECT TITLE: West Pier Construction Phase 2 PROJECT NUMBER: 304 OWNER: Mississippi State Port Authority ENGINEER OF RECORD: Neel-Schaffer, Inc. TO: Prospective Bidders This Addendum forms a part of the Contract Documents and modifies the November 02, 2015 Issued For Bid documents, as amended by Addendum No. 1, with amendments and additions noted below. Acknowledge receipt of this Addendum in the space provided in the Bid Form. Failure to do so may disqualify the Bidder. This Addendum consists of 5 pages and 11 attachments as follows: 1. Section BID FORM 2. Section UNDERGROUND DUCTS, MANHOLES AND METAL SERVICE PLATFORMS FOR ELECTRICAL SYSTEMS 3. Sheet #: DE04 DEMOLITION PLAN 4. Sheet #: DE10 DEMOLITION PLAN CROWLEY TIRE SHOP 5. Sheet #: EL1.3 SITE LIGHTING PLAN 6. Sheet #: EL1.4 SITE LIGHTING PLAN 7. Sheet #: EL5.6 SITE LIGHTING MANHOLE LAYOUT PLANS 8. Sheet #: EL5.8 - SITE LIGHTING MANHOLE LAYOUT PLANS 9. Sheet #: EL5.9 - SITE LIGHTING MANHOLE LAYOUT PLANS 10. Appendix B-3 WATER TOWER PAINT ANALYSIS REPORT 11. Appendix B-4 LEAD-BASED PAINT DEBRIS DISPOSAL GUIDANCE CLARIFICATIONS: Existing Asphalt Thickness: The thickness of existing asphalt varies across the Phase 2 site. Available record drawings indicate thicknesses varying from 2 to 6 inches in most areas, but in some areas near structures thicknesses increase to as much as 12 inches. This description is based on the following record drawings, which are available thru the MSPA upon request: Addendum No. 2 PGRP Project Title: West Pier Construction Phase 2 Issued December 16, 2015 Engineer: Neel-Schaffer / NS

2 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM 1. Site Work and paving Improvements on the West Pier Brown & Mitchell #2211 8/96 Sheets 3 and 7 of Site Work, Drainage and Asphalt Paving 29 Acre Improvement Site Knesal Engineering # /98 Sheets 2, 3 and 4 of West Pier Berths 1 & 2 Rehabilitation URS Engineering # /2006 Sheets G23- G24, C5-C13. SPECIFICATION CHANGES: AVAILABLE PROJECT INFORMATION 1. Page 1 Section 1.1 ADD the following to the list of available project information: B-3. B-4. Water Tower Paint Analysis Report Lead-Based Paint Debris Disposal Guidance 2. Page 1 ADD Sections 1.4 and 1.5 as follows: 1.4 WATER TOWER PAINT ANALYSIS REPORT 1. A copy of a report by Micro-Methods dated January 18, 2013 is included with this Document. 2. The lead-based paint analysis results show that the 2 composite paint samples contained lead at levels of 151 ppm and 164 ppm. 1.5 LEAD-BASED PAINT DEBRIS DISPOSAL GUIDANCE 1. A copy of Lead-Based Paint Debris Disposal Guidance is included with this Document. It was prepared by the Mississippi Department of Environmental Quality Solid Waste Management Branch and is dated April A copy of MDEQ Demolition and Renovation Notification Form is included with this Document BID FORM - SINGLE-PRIME CONTRACT 1. Delete this section in its entirety and replace with the attached Section AGREEMENT 1. Page 2 Section E: Change the number of anticipated adverse weather days included in the Performance period from 45 to TEMPORARY FACILITIES AND CONTROLS 1. Page 2 Section 1.9 INSERT the following Paragraph: C. Temporary Sanitary Sewer Holding Tanks shall be provided for the existing sewer services at the facilities shown on Sheet No. WS23 prior to the existing sewer system being taken out of service. Each facility shall have at least two 200 gallon holding tanks, which shall be emptied at least one time per week. Addendum No. 2 PGRP Project Title: West Pier Construction Phase 2 Issued December 16, 2015 Engineer: Neel-Schaffer / NS

3 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM SELECTIVE STRUCTURE DEMOLITION 1. Page 4 Section 1.2 REPLACE Paragraph O with the following: O. Removal of the Temporary Tire Shop/Carport and All Appurtenances: 1. Basis of Measurement: Lump Sum. 2. Basis of Payment: Includes full compensation for furnishing all supervision, labor, materials, tools, equipment, and incidentals required for performing all of the work involved in the removal of the temporary tire shop/carport and all appurtenances where shown on the plans. Also includes full compensation for any necessary excavation incidental to the removal, backfilling and compacting any resulting cavities with type S1 and S2 material and hauling off and proper off-site disposal of items and material according to state, federal and local requirements and regulations. 2. Page 6 Section 1.2 REPLACE Paragraph X with the following: X. Removal of the Crowley Tire Shop and All Appurtenances: 1. Basis of Measurement: Lump Sum. 2. Basis of Payment: Includes full compensation for furnishing all supervision, labor, materials, tools, equipment, and incidentals required for performing all of the work involved in the removal of the Crowley tire shop and all appurtenances where shown on the plans. The lump sum price shall also include full compensation for any necessary excavation incidental to the removal of the building, foundation and concrete ramps, backfilling and compacting any resulting cavities with type S1 and S2 material and hauling off and proper off-site disposal of items and material according to state, federal and local requirements and regulations. 3. Page 7 Section 1.9 ADD the following after Paragraph B: C. The elevated water storage tank has lead paint on it. 4. Page 9 Section 3.3 ADD the following after Paragraph L: GROUT M. Elevated Water Storage Tank: 1. The elevated water storage tank must be dismantled and disposed of in accordance with the Mississippi Department of Environmental Quality (MDEQ) Lead-Based Paint Debris Disposal Guidance from the Solid Waste Management Branch. Item C in the guidance states that salvageable material containing lead-based paint are generally exempt from Mississippi Hazardous Waste Management Regulations but could be subject to the applicable permit requirements of the recycling facility or to other state or federal regulations. Please contact the MDEQ at Delete sub-paragraph 2.2.A.1.b in its entirety and replace with the following sub-paragraph: b. Flowable (Precision) non-shrink cementitious grout: Conform to the standards stated above. Masterflow 928 by BASF Building Systems; Hi-Flow Grout by The Euclid Chemical Co.; Addendum No. 2 PGRP Project Title: West Pier Construction Phase 2 Issued December 16, 2015 Engineer: Neel-Schaffer / NS

4 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM SikaGrout 328 by Sika Corp.; Fluid Grout 100 by Five Star Products, Inc., or equal UNDERGROUND DUCTS, MANHOLES AND METAL SERVICE PLATFORMS FOR ELECTRICAL SYSTEMS 1. Delete this section in its entirety and replace with the attached Section PILE LOAD TESTS 1. In Paragraph 1.2 REMOVE Paragraph A in its entirety and replace with the following paragraph: A. Drilled Pier Test Pile: 1. Basis of Measurement: Per each for the number of drilled pier test piles successfully tested with dynamic monitoring equipment attached and tested by the PDA Testing Agency and accepted by the Engineer. 2. Basis of Payment: Includes full compensation for the drilled pier test using dynamic monitoring equipment attached and tested by the PDA Testing Agency and accepted by the Engineer, including performing specified CAPWAP analysis and preparation of appropriate reports WOOD RAILROAD TIES 1. In Paragraph 3.3 REMOVE Paragraph A in its entirety and replace with the following paragraph: A. Boultonizing is not required; however, Boultonizing will be accepted in lieu of air seasoning, at the Contractor s option. DRAWING CHANGES: Sheet No. GE02, dated November 02, 2015 and revised December 07, 2015: Change the Sheet Title for Sheet DE10 from DEMOLITION PLAN CROWLEY M&R BUILDING to DEMOLITION PLAN CROWLEY TIRE SHOP. Sheet No. DE04, dated November 02, 2015 and revised December 07, 2015: Replace sheet in its entirety with the attached revised Sheet DE04, revised to December 15, Sheet No. DE10, dated December 07, 2015: Replace sheet in its entirety with the attached revised Sheet DE10, revised to December 15, Sheet No. EL1.3, dated November 02, 2015: Replace sheet in its entirety with the attached revised Sheet EL1.3, revised to December 14, Sheet No. EL1.4, dated November 02, 2015: Replace sheet in its entirety with the attached revised Sheet EL1.4, revised to December 14, Sheet No. EL5.6, dated November 02, 2015: Replace sheet in its entirety with the attached revised Sheet EL5.6, revised to December 14, Addendum No. 2 PGRP Project Title: West Pier Construction Phase 2 Issued December 16, 2015 Engineer: Neel-Schaffer / NS

5 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM Sheet No. EL5.8, dated November 02, 2015: Replace sheet in its entirety with the attached revised Sheet EL5.8, revised to December 14, Sheet No. EL5.9, dated November 02, 2015: Replace sheet in its entirety with the attached revised Sheet EL5.9, revised to December 14, END OF SPECIFICATION & DRAWING CHANGES FOR ADDENDUM NO. 2 END OF DOCUMENT Addendum No. 2 PGRP Project Title: West Pier Construction Phase 2 Issued December 16, 2015 Engineer: Neel-Schaffer / NS

6 MISSISSIPPI STATE PORT AUTHORITY - PORT OF GULFPORT RESTORATION PROGRAM SECTION (ADDENDUM No. 2) BID FORM (SINGLE-PRIME CONTRACT) Proposal of (hereinafter called "Bidder"), doing business as a, (insert "a corporation," "a partnership," or "an individual applicable; if a corporation, indicate state of incorporation) to the Mississippi State Port Authority ("hereinafter called "Port Authority" or "Authority), an agency existing under the laws of the State of Mississippi. In compliance with your Advertisement for Bids, Bidder hereby proposes to perform all Work for the Work of Improvement known as: WEST PIER CONSTRUCTION PHASE 2, PROJECT No. 304 and all appurtenant Work and materials required to complete the Work, in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. By submission of this Bid, each Bidder certifies, and in the case of a joint Bid, each party thereto certifies as to his/her own organizations, that this Bid has been arrived at independently, without consultation, communication or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. Bidder hereby agrees to commence Work of Improvement under this Contract within 5 consecutive calendar days after the date of service of the Notice to Proceed and to fully complete the project within 470 consecutive calendar days thereafter as provided in Sections 7 and 34 of the General Conditions. Bidder acknowledges receipt of the following Addenda: (if none, so state) No. No. No. No. Date: Date: Date: Date: Attached to this Bid is a list of Subcontractors (Appendix A) as required by Section 27 of the General Conditions and Advertisement for Bid. Bidder agrees to perform all the Work described in the Contract Documents for the lump sum and unit prices as set forth in the following Bid Schedule. UNIT PRICES: For changing quantities of work from those indicated on the Drawings and contained within these Specifications, upon written inspections from the Engineer and the Mississippi State Port Authority and for determining payments on account of the contract, the following unit prices shall prevail: Bid Form - Stipulated Sum (Single-Prime Contract) PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS

7 MISSISSIPPI STATE PORT AUTHORITY - PORT OF GULFPORT RESTORATION PROGRAM PAY ITEM DESCRIPTION UNITS Quantity Unit Cost Total Allowance for AT&T to Move Existing Facilities At Cost 1 25,000 25, Chemours Bulk Material Handling System Changes Lump Sum 1 250, , Mobilization Lump Sum Maintenance of Traffic Lump Sum Removal of Debris, RipRap, Structures and Obstructions Ton 10, Removal of Asphalt Pavement, All Depths Square Yard 120, Removal of Concrete, All Depths Square Yard 8, Crushing of Pipe 8" and Above, All Sizes, All Types, All Depths Linear Feet 3, Removal of Lift Station, All Sizes, All Types, All Each 3 Depths, All Appurtenances Removal of Valves, All Sizes, All Types Each Removal of Water BackFlow Preventer, All Sizes, All Appurtenances Each Removal of Water Vault, Fire Department Connection, All Lump Sum 1 Appurtenances, All Associated Equipment Removal of Fence, All Types Linear Feet 2, Removal of Fire Hydrants, All Types, All Appurtenances and Associated Equipment Each Removal of Continuous Grated Drain, All Sizes, All Linear Feet 3,050 Types, All Depths Removal of Pipe, All Types, All Sizes, All Depths Linear Feet 7,500 Bid Form - Stipulated Sum (Single-Prime Contract) PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS

8 MISSISSIPPI STATE PORT AUTHORITY - PORT OF GULFPORT RESTORATION PROGRAM Removal of Port of America Maintenance and Repair Building and All Appurtenances Removal of Crowley Gate and All Appurtenances Removal of Temporary Tire Shop/Carport and All Appurtenances Removal of Retaining Wall, All Sizes, All Types, All Appurtenances Removal of Transit Shed and All Appurtenances Removal of Elevated Tank and All Appurtenances Removal of Fire Well and All Appurtenances Removal of Concrete for Wharf Joining Demolition Lump Sum 1 Lump Sum 1 Lump Sum 1 Linear Feet 1,010 Lump Sum 1 Lump Sum 1 Lump Sum 1 Lump Sum Mobilization / Demobilization for Extracting Existing Piling Lump Sum Extracting Existing Piling, All Sizes, All Types, All Lengths Each Relocation of Fire Hydrants, All Types, All Appurtenance and Associated Equipment Each Removal of Crowley Tire Shop and All Lump Sum 1 Appurtenances Electrical Demolition Lump Sum Concrete for Wharf Joining Construction Lump Sum Cross Dock Inspection Platform Construction Lump Sum Standard Roadside Signs, Sheet Aluminum, 0.080" Thickness Square Feet Standard Roadside Signs, Sheet Aluminum, 0.125" Thickness Square Feet Bid Form - Stipulated Sum (Single-Prime Contract) PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS

9 MISSISSIPPI STATE PORT AUTHORITY - PORT OF GULFPORT RESTORATION PROGRAM Interstate Directional Signs, Bolted Extruded Aluminum Panels, Ground Mounted /C #3/0 Type TC Power Cable /C #1 Type TC Power Cable /C 350 kcmil Type TC Power Cable /C 500 kcmil Type TC Power Cable Conduit Risers and Laterals for Metal Service Platforms for Electrical Systems ("EP-12" & "EP- 13") Conduit Risers and Laterals for Metal Service Platforms for Electrical Systems ("EP-14" & "EP- 15") Cable Tray for Metal Service Platforms for Electrical Systems ("EP- 12" & "EP-13") x 2" Low-Voltage Ductbank x 2" Low-Voltage Ductbank x 2" Low-Voltage Ductbank x 2" Low-Voltage Ductbank x 2" Low-Voltage Ductbank x 2" Low-Voltage Ductbank x 2" Low-Voltage Ductbank x 4" Low-Voltage Ductbank x 4" Low-Voltage Ductbank Square Feet Lineal Foot 52,000 Lineal Foot 17,665 Lineal Foot 4,675 Lineal Foot 800 Lump Sum 2 Lump Sum 2 Lump Sum 2 Lineal Foot 1,060 Lineal Foot 1,000 Lineal Foot 3,560 Lineal Foot 590 Lineal Foot 360 Lineal Foot 920 Lineal Foot 405 Lineal Foot 200 Lineal Foot 335 Bid Form - Stipulated Sum (Single-Prime Contract) PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS

10 MISSISSIPPI STATE PORT AUTHORITY - PORT OF GULFPORT RESTORATION PROGRAM x 5" Medium-Voltage Ductbank x 6" Medium-Voltage Ductbank x 6" Medium-Voltage Ductbank x 6" Medium-Voltage Ductbank x 6" Medium-Voltage Ductbank x 6" Medium-Voltage Ductbank x 4" Communications Ductbank x 4" Communications Ductbank x 2" Site Lighting Ductbank x 2" Site Lighting Ductbank x 2" Site Lighting Ductbank x 2" Site Lighting Ductbank ' x 11' Precast Concrete Low-Voltage Manhole ' x 14' Precast Concrete Medium-Voltage Manhole ' x 12' Precast Concrete Medium-Voltage Manhole ' x 11' Precast Concrete Site Lighting Manhole ' x 14' Precast Concrete Communications Manhole Metal Service Platform for Electrical Systems ("EP- 12" & "EP-13") Metal Service Platform for Electrical Systems ("EP- 14" & "EP-15") Adjustment of Existing Communications Vaults Additions to Existing Switchboards Lineal Foot 155 Lineal Foot 230 Lineal Foot 205 Lineal Foot 2,810 Lineal Foot 490 Lineal Foot 2,600 Lineal Foot 380 Lineal Foot 2,660 Lineal Foot 4,450 Lineal Foot 1,740 Lineal Foot 1,130 Lineal Foot 160 Each 10 Each 9 Each 10 Each 26 Each 7 Each 2 Each 2 Each 5 Each 4 Bid Form - Stipulated Sum (Single-Prime Contract) PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS

11 MISSISSIPPI STATE PORT AUTHORITY - PORT OF GULFPORT RESTORATION PROGRAM Ampere, 480Y/277 Volt Switchboard Each Ampere, 480Y/277 Volt Switchboard Each Four-Way 32 Ampere Reefer Outlet Assembly (Crowley) Each Two-Way 60 Ampere Reefer Outlet Assembly (Dole) Each Four-Way 60 Ampere Reefer Outlet Assembly Each 120 (Dole) Concrete Bunker for Reefer Outlet Assembly Each Relocation of Crowley's Existing Reefer Outlet Assemblies to Interim Location Lump Sum KVAR Automatic Power Factor Correction Each 2 Unit High Mast Lighting Assembly Each Additions to Existing Lighting Control Panel Each PDA Testing 18" Drilled Pier Each Site Clearing Lump Sum Site Grading Acre Unclassified Excavation (LVM) Cubic Yard 12, Import Fill Ton 275, Granular Material Ton 14, Fill Abandoned Utility Pipe with Flowable Fill Cubic Yard Erosion and Sedimentation Control Best Management Lump Sum 1 Practices 6" Steel Casing Pipe (Open Cut) Linear Feet Size 610 Crushed Limestone Ton 86,037.0 Bid Form - Stipulated Sum (Single-Prime Contract) PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS

12 MISSISSIPPI STATE PORT AUTHORITY - PORT OF GULFPORT RESTORATION PROGRAM No. 57 Clean Stone Ton Hot Mix Asphalt, FAA P401, 9.5 mm Mixture Ton 19, Hot Mix Asphalt, FAA P401, 12.5mm Mixture Ton 24, Hot Mix Asphalt, FAA P403, 19mm Mixture Ton 99, Hot Mix Asphalt, HT, 9.5 mm Mixture, Polymer Ton 4,381.0 Modified Hot Mix Asphalt, MT, 19- mm Mixture Ton Parking Bumper Each Bollard, Per Plans Each Removable Bollard, w/ Concrete Band, Per Plans Each Traffic Lines and Markings, Paint, All Colors Linear Feet 160, Traffic Striping, Legend, Paint, All Colors Square Feet 7, Detail Traffic Lines & Markings, Paint, All Colors Linear Feet 17, Temporary Traffic Lines and Markings, Paint, All Colors Linear Feet 4, Temporary Traffic Striping, Legend, Paint, All Square Feet 129 Colors Red-Clear Reflective Raised Marker Each Two Way Yellow Reflective Raised Marker Each Perimeter Chain Link Fence, w/3 Strand Barbed Wire, 8' High Linear Feet Swing Gate, Chain Link, w/3 Strand Barbed Wire, Linear Feet 12 8' High Seeding Square Yard 3, Concrete Storm Manhole, 48" Each Grate Inlet, Type 1, 0-6' Deep Each 7 Bid Form - Stipulated Sum (Single-Prime Contract) PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS

13 MISSISSIPPI STATE PORT AUTHORITY - PORT OF GULFPORT RESTORATION PROGRAM Grate Inlet, Type 1, 6-10' Deep Each " Concrete Pipe End Section Each Grate Inlet, Type 2, 0-6' Deep Each " Poly SDR 9 Water Service Linear Feet " Poly SDR 9 Water Service Linear Feet " Poly SDR 9 Water Service Linear Feet " Slotted Drain Linear Feet 2, " Slotted Drain Linear Feet 4, " Reinforced Concrete Pipe, Class III Linear Feet " Reinforced Concrete Pipe, Class III Linear Feet " Reinforced Concrete Pipe, Class III Linear Feet " Reinforced Concrete Pipe, Class III Linear Feet " Reinforced Concrete Pipe, Class IV Linear Feet " Reinforced Concrete Pipe, Class IV Linear Feet " Reinforced Concrete Pipe, Class IV Linear Feet Precast Storm Drainage Structure Each Railroad Underdrains (Including All Pipe, Permeable Aggregate, Geotextile Wrap, Linear Feet 9,477 Connections & End Treatments) Overhead Power Distribution Lump Sum /C 1000 kcmil Aluminum 25 kv MV-105 Lineal Foot 10,225 UD Cable /C #4/0 Aluminum 25 kv MV-105 UD Cable Lineal Foot 29,060 Bid Form - Stipulated Sum (Single-Prime Contract) PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS

14 MISSISSIPPI STATE PORT AUTHORITY - PORT OF GULFPORT RESTORATION PROGRAM Cable Assembly with 3-1/C 25 kv Cables and Fiber Optic, Ground & Lineal Foot 2,505 Ground Check Cables kv Indoor Termination Each Ampere 25 kv Deadbreak Elbow Each 12 Termination Ampere 25 kv Loadbreak Elbow Termination Each Ampere 25 kv Cable Joint Each Cable Joint for Cable Assembly with 3-1/C 25 kv Cables and Fiber Optic, Each 6 Ground & Ground Check Cables KV Elbow Arrester Each Electrical Service for Interim Crowley Gate Lump Sum Electrical Service for Interim Gottwald Crane Outlet Station Lump Sum Electrical Service for Interim Service to Dole Crossdock (East Side) Lump Sum Relocation of Electrical Service for Existing Site Lump Sum 1 Lighting Power Control House Each kva Three Phase Pad-Mounted Each 1 Transformer kva Three Phase Pad-Mounted Transformer Each Pad-Mounted Switchgear Unit, 25 kv, 4-Way Each Ductile Iron MJ Fittings Pounds 20, " C900 PVC Water Main Linear Feet " C900 PVC Water Main Linear Feet 1, " C900 PVC Water Main Linear Feet 4, " C900 PVC Water Main Linear Feet 2,710 Bid Form - Stipulated Sum (Single-Prime Contract) PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS

15 MISSISSIPPI STATE PORT AUTHORITY - PORT OF GULFPORT RESTORATION PROGRAM " Gate Valve Each " Gate Valve Each " Gate Valve Each " Gate Valve Each Recessed Fire Hydrant Assembly Each Recessed Fire Hydrant Assembly (Install Only) Each "x6" Tapping Sleeve & 6" Valve Each "x8" Tapping Sleeve & 8" Valve Each " Inserta Valves Each " Inserta Valves Each Removal of Existing Precast Concrete At-Grade Crossing Panels Track Feet Precast Concrete At-Grade Crossing Panels Track Feet 5, Removal of Existing Track, Ties & Ballast Track Feet 9, Railroad Track, Bolted (Including 115# Rail, Ties, Ballast, Geotextile Fabric, Subballast & Walkway Stone) Track Feet 1, Railroad Track, CWR (Including 115# Rail, Ties, Ballast, Geotextile Fabric, Subballast & Walkway Stone) Track Feet 5, Removal of Existing Turnout (Including Ties & Ballast) Each #9 Turnout, CWR (Including 115# Rail, Ties, Ballast, Geotextile Fabric, Subballast & Walkway Stone) Each #9 Turnout, Bolted (Including 115# Rail, Ties, Ballast, Geotextile Fabric, Subballast & Walkway Stone) Each 2 Bid Form - Stipulated Sum (Single-Prime Contract) PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS

16 MISSISSIPPI STATE PORT AUTHORITY - PORT OF GULFPORT RESTORATION PROGRAM #8 Turnout, Bolted (Including 115# Rail, Ties, Ballast, Geotextile Fabric, Each 1 Subballast & Walkway Stone) Bumping Post Type WD Each Relocation of Existing Bumping Post Type WD Each 4 BASE BID: TOTAL AMOUNT OF BASE BID: $ (IN FIGURES) TOTAL AMOUNT OF BASE BID: (IN WORDS) Note: Bids shall include sales tax and all other applicable taxes and fees. All blanks shall be filled in. Total amount of Bid shall be the sum of the Items. Contract Award will be made based upon the pricing of this Bid Schedule and the contractor qualifications as set forth in the bid documents. In case of discrepancy between the sum of the items and Total Amount of Bid, the sum of the items shall be considered to be the Total Amount of Bid. Award will be made to only one Bidder based upon the Base Bid as applicable from this Bid Form and determination of best value. The undersigned, having read and understood the Bidding Documents and examined the Project site and adjoining areas, and being familiar with the obstacles and conditions that will affect proposed Work, hereby offers and agrees to furnish all labor, equipment and materials and to perform all the Work required for West Pier Facilities project at the Mississippi State Port Authority at Gulfport, Port of Gulfport, Gulfport, Mississippi in accordance with the Contract Documents and at the prices stated in the preceding Bid Schedule. Respectfully submitted, Legal Name of Bidder Address Signature of Authorized Person City, State Zip Name & Title of Authorized Person Attest Name & Title Bid Form - Stipulated Sum (Single-Prime Contract) PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS

17 MISSISSIPPI STATE PORT AUTHORITY - PORT OF GULFPORT RESTORATION PROGRAM (SEAL--if Bid is by a corporation) Notes: If Bid is by a corporation, corporate seal is affixed in space provided immediately above. Signature is by an individual legally authorized to bind Bidder to a contract. If signature is by an agent of Bidder, the current power-of-attorney verifying agent s authority to bind Bidder is attached. END OF DOCUMENT Bid Form - Stipulated Sum (Single-Prime Contract) PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS

18 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM SECTION UNDERGROUND DUCTS, MANHOLES AND METAL SERVICE PLATFORMS FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.1 SCOPE A. Section Includes: 1. Duct and Duct Accessories - Ductbank. 2. Duct and Duct Accessories - Duct in Trench. 3. Precast Concrete Manholes. 4. Metal Service Platforms for Electrical Equipment. 5. Electrical Vaults. 6. Existing Communication Vaults. B. Related Sections: 1. Section Cast-in-Place Concrete. 2. Section Structural Steel. 3. Section General Provisions for All Electrical Systems. 4. Section Electrical Power Conductors and Cables for Low-Voltage Systems. 5. Section Grounding & Bonding for Low-Voltage Systems. 6. Section Hangers and Supports for Electrical Systems. 7. Section Raceways for Electrical Systems. 8. Section Cable Tray for Low-Voltage Systems. 9. Section Identification of Electrical Systems. 10. Section Switchboards. 11. Section Reefer Outlet Assemblies and Bunkers. 12. Section Low-Voltage Power Factor Correction Equipment. 13. Section Site Lighting. 14. Section Excavation. 15. Section Trenching. 16. Section Dewatering. 17. Section Fill. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

19 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM 1.2 SCOPE 18. Section Chain Link Fences and Gates. 19. Section Drilled Concrete Piers and Shafts. 20. Section Aggregate Base Courses. 21. Section Asphalt Paving. 22. Section Cables, Splices, and Terminations for Medium-Voltage Systems. 23. Section Electrical Service. 24. Section Power Control House. 25. Section Three Phase Pad-Mounted Transformers. 26. Section Pad-Mounted Medium-Voltage Switchgear. 27. Section Grounding & Bonding for Medium-Voltage Systems. A. The Work under this Section consists of furnishing materials, equipment, labor, and services necessary for the installation of ducts, manholes and metal service platforms for low-voltage, medium-voltage, site lighting, and communications cables and equipment, as shown on the Drawings and as hereinafter specified. 1.1 UNIT PRICE - MEASUREMENT AND PAYMENT A. Refer to Section Price and Payment Procedures. B. For measurement and payment of underground ducts for electrical systems associated with Relocation of Crowley s Existing Reefer Outlet Assemblies to Interim Location, refer to Section C. For measurement and payment of underground ducts for electrical systems associated with Electrical Service for Interim Crowley Gate and Reefer Outlet Assemblies, refer to Section D. 1 x 2 Low-Voltage Ductbank: 1. Basis of Measurement: Quantities of 1 x 2 Low-Voltage Ductbank will be measured by the lineal foot. The quantity of 1 x 2 Low-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 1 x 2 Low-Voltage Ductbank. 2. Basis of Payment: Payment for 1 x 2 Low-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 1 x 2 Low-Voltage Ductbank includes full compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

20 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the work involved in installing 1 x 2 Low-Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. E. 2 x 2 Low-Voltage Ductbank: 1. Basis of Measurement: Quantities of 2 x 2 Low-Voltage Ductbank will be measured by the lineal foot. The quantity of 2 x 2 Low-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 2 x 2 Low-Voltage Ductbank. 2. Basis of Payment: Payment for 2 x 2 Low-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 2 x 2 Low-Voltage Ductbank includes full compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 2 x 2 Low- Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. F. 3 x 2 Low-Voltage Ductbank: 1. Basis of Measurement: Quantities of 3 x 2 Low-Voltage Ductbank will be measured by the lineal foot. The quantity of 3 x 2 Low-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 3 x 2 Low-Voltage Ductbank. 2. Basis of Payment: Payment for 3 x 2 Low-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 3 x 2 Low-Voltage Ductbank includes full compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 3 x 2 Low- Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. G. 4 x 2 Low-Voltage Ductbank: 1. Basis of Measurement: Quantities of 4 x 2 Low-Voltage Ductbank will be measured by the lineal foot. The quantity of 4 x 2 Low-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 4 x 2 Low-Voltage Ductbank. 2. Basis of Payment: Payment for 4 x 2 Low-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 4 x 2 Low-Voltage Ductbank includes full Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

21 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 4 x 2 Low- Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. H. 5 x 2 Low-Voltage Ductbank: 1. Basis of Measurement: Quantities of 5 x 2 Low-Voltage Ductbank will be measured by the lineal foot. The quantity of 5 x 2 Low-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 5 x 2 Low-Voltage Ductbank. 2. Basis of Payment: Payment for 5 x 2 Low-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 5 x 2 Low-Voltage Ductbank includes full compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 5 x 2 Low- Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. I. 12 x 2 Low-Voltage Ductbank: 1. Basis of Measurement: Quantities of 12 x 2 Low-Voltage Ductbank will be measured by the lineal foot. The quantity of 12 x 2 Low-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 12 x 2 Low- Voltage Ductbank. 2. Basis of Payment: Payment for 12 x 2 Low-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 12 x 2 Low-Voltage Ductbank includes full compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 12 x 2 Low- Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. J. 18 x 2 Low-Voltage Ductbank: 1. Basis of Measurement: Quantities of 18 x 2 Low-Voltage Ductbank will be measured by the lineal foot. The quantity of 18 x 2 Low-Voltage Ductbank to be paid for will be Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

22 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM determined by actual measurement in the field along the line of completed 18 x 2 Low- Voltage Ductbank. 2. Basis of Payment: Payment for 18 x 2 Low-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 18 x 2 Low-Voltage Ductbank includes full compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 18 x 2 Low- Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. K. 4 x 4 Low-Voltage Ductbank: 1. Basis of Measurement: Quantities of 4 x 4 Low-Voltage Ductbank will be measured by the lineal foot. The quantity of 4 x 4 Low-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 4 x 4 Low-Voltage Ductbank. 2. Basis of Payment: Payment for 4 x 4 Low-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 4 x 4 Low-Voltage Ductbank includes full compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 4 x 4 Low- Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. L. 6 x 4 Low-Voltage Ductbank: 1. Basis of Measurement: Quantities of 6 x 4 Low-Voltage Ductbank will be measured by the lineal foot. The quantity of 6 x 4 Low-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 6 x 4 Low-Voltage Ductbank. 2. Basis of Payment: Payment for 6 x 4 Low-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 6 x 4 Low-Voltage Ductbank includes full compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 6 x 4 Low- Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

23 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM M. 3 x 5 Medium-Voltage Ductbank: 1. Basis of Measurement: Quantities of 3 x 5 Medium-Voltage Ductbank will be measured by the lineal foot. The quantity of 3 x 5 Medium-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 3 x 5 Medium- Voltage Ductbank. 2. Basis of Payment: Payment for 3 x 5 Medium-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 3 x 5 Medium-Voltage Ductbank compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 3 x 5 Medium-Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. N. 2 x 6 Medium-Voltage Ductbank: 1. Basis of Measurement: Quantities of 2 x 6 Medium-Voltage Ductbank will be measured by the lineal foot. The quantity of 2 x 6 Medium-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 2 x 6 Medium- Voltage Ductbank. 2. Basis of Payment: Payment for 2 x 6 Medium-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 2 x 6 Medium-Voltage Ductbank compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 2 x 6 Medium-Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. O. 3 x 6 Medium-Voltage Ductbank: 1. Basis of Measurement: Quantities of 3 x 6 Medium-Voltage Ductbank will be measured by the lineal foot. The quantity of 3 x 6 Medium-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 3 x 6 Medium- Voltage Ductbank. 2. Basis of Payment: Payment for 3 x 6 Medium-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 3 x 6 Medium-Voltage Ductbank compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

24 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM and incidentals, for doing all the for doing all the work involved in installing 3 x 6 Medium-Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. P. 4 x 6 Medium-Voltage Ductbank: 1. Basis of Measurement: Quantities of 4 x 6 Medium-Voltage Ductbank will be measured by the lineal foot. The quantity of 4 x 6 Medium-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 4 x 6 Medium- Voltage Ductbank. 2. Basis of Payment: Payment for 4 x 6 Medium-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 4 x 6 Medium-Voltage Ductbank compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 4 x 6 Medium-Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. Q. 6 x 6 Medium-Voltage Ductbank: 1. Basis of Measurement: Quantities of 6 x 6 Medium-Voltage Ductbank will be measured by the lineal foot. The quantity of 6 x 6 Medium-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 6 x 6 Medium- Voltage Ductbank. 2. Basis of Payment: Payment for 6 x 6 Medium-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 6 x 6 Medium-Voltage Ductbank compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 6 x 6 Medium-Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. R. 10 x 6 Medium-Voltage Ductbank: 1. Basis of Measurement: Quantities of 10 x 6 Medium-Voltage Ductbank will be measured by the lineal foot. The quantity of 10 x 6 Medium-Voltage Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 10 x 6 Medium- Voltage Ductbank. 2. Basis of Payment: Payment for 10 x 6 Medium-Voltage Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 10 x 6 Medium-Voltage Ductbank compensation for furnishing all labor, materials, tools, equipment, including ducts, duct Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

25 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 10 x 6 Medium-Voltage Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. S. 2 x 4 Communications Ductbank: 1. Basis of Measurement: Quantities of 2 x 4 Communications Ductbank will be measured by the lineal foot. The quantity of 2 x 4 Communications Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 2 x 4 Communications Ductbank. 2. Basis of Payment: Payment for 2 x 4 Communications Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 2 x 4 Communications Ductbank compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 2 x 4 Communications Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. T. 8 x 4 Communications Ductbank: 1. Basis of Measurement: Quantities of 8 x 4 Communications Ductbank will be measured by the lineal foot. The quantity of 8 x 4 Communications Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 8 x 4 Communications Ductbank. 2. Basis of Payment: Payment for 8 x 4 Communications Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 8 x 4 Communications Ductbank compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 8 x 4 Communications Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. U. 3 x 2 Site Lighting Ductbank: 1. Basis of Measurement: Quantities of 3 x 2 Site Lighting Ductbank will be measured by the lineal foot. The quantity of 3 x 2 Site Lighting Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 3 x 2 Site Lighting Ductbank. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

26 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM 2. Basis of Payment: Payment for 3 x 2 Site Lighting Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 3 x 2 Site Lighting Ductbank includes full compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 3 x 2 Site Lighting Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. V. 4 x 2 Site Lighting Ductbank: 1. Basis of Measurement: Quantities of 4 x 2 Site Lighting Ductbank will be measured by the lineal foot. The quantity of 4 x 2 Site Lighting Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 4 x 2 Site Lighting Ductbank. 2. Basis of Payment: Payment for 4 x 2 Site Lighting Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 4 x 2 Site Lighting Ductbank includes full compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 4 x 2 Site Lighting Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. W. 6 x 2 Site Lighting Ductbank: 1. Basis of Measurement: Quantities of 6 x 2 Site Lighting Ductbank will be measured by the lineal foot. The quantity of 6 x 2 Site Lighting Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 6 x 2 Site Lighting Ductbank. 2. Basis of Payment: Payment for 6 x 2 Site Lighting Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 6 x 2 Site Lighting Ductbank includes full compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 6 x 2 Site Lighting Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

27 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM X. 10 x 2 Site Lighting Ductbank: 1. Basis of Measurement: Quantities of 10 x 2 Site Lighting Ductbank will be measured by the lineal foot. The quantity of 10 x 2 Site Lighting Ductbank to be paid for will be determined by actual measurement in the field along the line of completed 10 x 2 Site Lighting Ductbank. 2. Basis of Payment: Payment for 10 x 2 Site Lighting Ductbank will be made by the lineal foot at the unit price stated in the Bid Form. 10 x 2 Site Lighting Ductbank includes full compensation for furnishing all labor, materials, tools, equipment, including ducts, duct spacers, fittings, ells, adapters, concrete, concrete reinforcing, identification, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the for doing all the work involved in installing 10 x 2 Site Lighting Ductbank, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. Y. 8 x 11 Precast Concrete Low-Voltage Manhole: 1. Basis of Measurement: Quantities of 8 x 11 Precast Concrete Low-Voltage Manholes will be measured by each unit. The quantity of 8 x 11 Precast Concrete Low-Voltage Manholes to be paid for will be determined by actual count. 2. Basis of Payment: Payment for 8 x 11 Precast Concrete Low-Voltage Manholes will be made at the unit price stated in the Bid Form. 8 x 11 Precast Concrete Low-Voltage Manholes includes full compensation for furnishing all labor, materials, tools, equipment, including manholes, manhole risers, manhole rings and lids, cable racks, embedments, duct terminations, lifting devices, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the work involved in installing 8 x 11 Precast Concrete Low-Voltage Manholes, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. Z. 10 x 14 Precast Concrete Medium-Voltage Manhole: 1. Basis of Measurement: Quantities of 10 x 14 Precast Concrete Medium-Voltage Manholes will be measured by each unit. The quantity of 10 x 14 Precast Concrete Medium-Voltage Manholes to be paid for will be determined by actual count. 2. Basis of Payment: Payment for 10 x 14 Precast Concrete Medium-Voltage Manholes will be made at the unit price stated in the Bid Form. 10 x 14 Precast Concrete Medium- Voltage Manholes includes full compensation for furnishing all labor, materials, tools, equipment, including manholes, manhole risers, manhole rings and lids, cable racks, embedments, duct terminations, lifting devices, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the work involved in installing 10 x 14 Precast Concrete Medium-Voltage Manholes, Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

28 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. AA. 12 x 12 Precast Concrete Medium-Voltage Manhole: 1. Basis of Measurement: Quantities of 12 x 12 Precast Concrete Medium-Voltage Manholes will be measured by each unit. The quantity of 12 x 12 Precast Concrete Medium-Voltage Manholes to be paid for will be determined by actual count. 2. Basis of Payment: Payment for 12 x 12 Precast Concrete Medium-Voltage Manholes will be made at the unit price stated in the Bid Form. 12 x 12 Precast Concrete Medium- Voltage Manholes includes full compensation for furnishing all labor, materials, tools, including manholes, manhole risers, manhole rings and lids, cable racks, embedments, duct terminations, lifting devices, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the work involved in installing 12 x 12 Precast Concrete Medium-Voltage Manholes, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. BB. 8 x 11 Precast Concrete Site Lighting Manhole: 1. Basis of Measurement: Quantities of 8 x 11 Precast Concrete Site Lighting Manholes will be measured by each unit. The quantity of 8 x 11 Precast Concrete Site Lighting Manholes to be paid for will be determined by actual count. 2. Basis of Payment: Payment for 8 x 11 Site Lighting Manholes will be made at the unit price stated in the Bid Form. 8 x 11 Site Lighting Manholes includes full compensation for furnishing all labor, materials, tools, equipment, including manholes, manhole risers, manhole rings and lids, cable racks, embedments, duct terminations, lifting devices, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the work involved in installing 8 x 11 Site Lighting Manholes, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. CC. 10 x 14 Precast Concrete Communications Manhole: 1. Basis of Measurement: Quantities of 10 x 14 Precast Concrete Communications Manholes will be measured by each unit. The quantity of 10 x 14 Precast Concrete Communications Manholes to be paid for will be determined by actual count. 2. Basis of Payment: Payment for 10 x 14 Precast Concrete Communications Manholes will be made at the unit price stated in the Bid Form. 10 x 14 Precast Concrete Communications Manholes includes full compensation for furnishing all labor, materials, tools, equipment, including manholes, manhole risers, manhole rings and lids, cable racks, embedments, duct terminations, lifting devices, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

29 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM all the work involved in installing 10 x 14 Precast Concrete Communications Manholes, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. DD. Metal Service Platform for Electrical Systems ( EP-12 & EP-13 ): 1. Basis of Measurement: Quantities of Metal Service Platforms for Electrical Systems ( EP- 12 & EP-13 ) will be measured by each unit. The quantity of Metal Service Platforms for Electrical Systems ( EP-12 & EP-13 ) to be paid for will be determined by actual count. 2. Basis of Payment: Payment for Metal Service Platforms for Electrical Systems ( EP-12 & EP-13 ) will be made at the unit price stated in the Bid Form. Metal Service Platforms for Electrical Systems ( EP-12 & EP-13 ) includes full compensation for furnishing all labor, materials, tools, equipment, including steel platforms, drilled shaft foundations, anchor bolts, concrete pads, grounding, conduit entrance steel plates, stairways, railings, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the work involved in installing Metal Service Platforms for Electrical Systems ( EP-12 & EP-13 ), complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. EE. Metal Service Platform for Electrical Systems ( EP-14 & EP-15 ): 1. Basis of Measurement: Quantities of Metal Service Platforms for Electrical Systems ( EP- 14 & EP-15 ) will be measured by each unit. The quantity of Metal Service Platforms for Electrical Systems ( EP-14 & EP-15 ) to be paid for will be determined by actual count. 2. Basis of Payment: Payment for Metal Service Platforms for Electrical Systems ( EP-14 & EP-15 ) will be made at the unit price stated in the Bid Form. Metal Service Platforms for Electrical Systems ( EP-14 & EP-15 ) includes full compensation for furnishing all labor, materials, tools, equipment, including steel platforms, drilled shaft foundations, anchor bolts, concrete pads, grounding, conduit entrance steel plates, stairways, railings, excavation, shoring, dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the work involved in installing Metal Service Platforms for Electrical Systems ( EP-14 & EP-15 ), complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. FF. Adjustment of Existing Communications Vaults: 1. Basis of Measurement: Quantities of Adjustment of Existing Communications Vaults will be measured by each unit adjusted. The quantity of Adjustment of Existing Communications Vaults to be paid for will be determined by actual count. 2. Basis of Payment: Payment for Adjustment of Existing Communications Vaults will be made at the unit price stated in the Bid Form. Adjustment of Existing Communications Vaults includes full compensation for furnishing all labor, materials, tools, including additional vault risers, replacement cast-in-place concrete rings, excavation, shoring, Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

30 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM 1.2 REFERENCES dewatering, granular and other backfill materials, compaction, disposal of surplus materials, restoration of disturbed facilities and surfaces, and all other ancillary equipment and incidentals, for doing all the work involved in installing Adjustment of Existing Communications Vaults holes, complete in place, as necessary to complete the Work, as shown on the plans, and as specified in the Contract. A. American Association of State Highway and Transportation (AASHTO): 1. AASHTO M306 - Standard Specification for Drainage, Sewer, Utility, and Related Castings. B. American Concrete Institute (ACI): 1. ACI Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. C. American National Standards Institute (ANSI): 1. ANSI 77 - Specification for Underground Enclosure Integrity. D. ASTM International: 1. ASTM A536 - Standard Specification for Ductile Iron Castings. 2. ASTM C857 - Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. 3. ASTM C858 - Standard Specification for Underground Precast Concrete Utility Structures. 4. ASTM C891 - Standard Practice for Installation of Underground Precast Concrete Utility Structures. 5. ASTM C Standard Practice for Inspection of Underground Precast Concrete Utility Structures. E. Institute of Electrical and Electronics Engineers (IEEE): 1. IEEE C2 - National Electrical Safety Code. F. National Electrical Contractors Association (NECA): 1. NECA Installing Underground Nonmetallic Duct. G. National Electrical Manufacturers Association (NEMA): 1. NEMA TC 6 - PVC and ABS Plastic Utilities Duct for Underground Installation. 2. NEMA TC 9 - Fittings for ABS and PVC Plastic Utilities Duct for Underground Installation. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

31 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM 3. NEMA TC 10 - PVC and ABS Plastic Communications Duct for Underground Installation. H. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. I. Underwriters Laboratories (UL): 1. UL UL Standard for Safety Reinforced Thermosetting Resin Conduit (RRTC) and Fittings. 1.3 SYSTEM DESCRIPTION A. Interconnected system of encased conduits and manholes to distribute low-voltage, mediumvoltage, and site lighting power, control and communications, and site communications cables. B. Risers: Refer to Section C. Riser-Transitions: Refer to Section D. Underground Beyond Riser Ells: Type EB-20 concrete encased duct and fittings. E. Interim Underground Beyond Riser Ells: Schedule 80 PVC conduit and fittings. Refer to Section SUBMITTALS A. Section General Provisions for All Electrical Systems: Submittal procedures. B. Submit catalog data on all equipment items specified in this section to be utilized on this Project. C. Sufficient information, clearly presented shall be included to determine compliance with Drawings and Specifications. D. The specific item proposed and its area of application shall be marked on the catalog cuts. E. Manufacturer's Installation Instructions: Submit application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of Product. F. Metal Service Platforms: 1. Refer to Section and Contractor shall provide Owner and Engineer for approval shop drawings indicating arrangement and fabrication details for metals service platforms, conduit entry plates, and other ancillary items based upon the actual electrical equipment furnished by the Contractor. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

32 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM 1.5 CLOSEOUT SUBMITTALS A. Section Execution and Closeout Requirements: Requirements for submittals. B. Project Record Documents: Record actual routing and elevations of underground conduit and duct, and locations and sizes of manholes. Record actual depth of pipe at twenty-five (25) foot intervals. Show depth and location of abandoned ducts. C. Test Reports: Submit reports of conduit integrity tests for each duct or conduit. Test results shall clearly identify conduit by location and from- and to- locations. 1.6 QUALITY ASSURANCE A. Conform to IEEE C2, NFPA 70, and NECA 605. B. Design and Certification: All manholes shall be designed and certified to meet design requirements by a Professional Engineer registered in the State of Mississippi. 1.7 QUALIFICATIONS A. Installer: Company specializing in performing work of this section with minimum five (5) years documented experience. 1.8 DELIVERY, STORAGE, AND HANDLING A. Section Product Requirements: Product storage and handling requirements. B. Accept materials on site in original factory packaging, labeled with manufacturer's identification. C. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage by storing in original packaging. D. Do not deliver items to project before time of installation. Limit shipment of bulk and multipleuse materials to quantities needed for immediate installation. E. Protect conduit from corrosion and entrance of debris by storing above-grade. Provide appropriate covering. 1.9 COORDINATION A. Section Administrative Requirements: Coordination and project conditions. B. Coordinate Work with existing underground utilities and structures. C. Coordinate final locations and elevations of ductbanks and ductbank entrances into manholes with other electrical utility (medium voltage, low voltage, site lighting, and communications) ductbanks, manholes, and appurtenances, other site utilities (e.g. water, sanitary sewer, storm Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

33 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM drainage, natural gas, etc.), underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and as approved by Electrical Engineer. D. Metal Service Platforms: Verify exact dimensions layouts and arrangements of metal service platforms, metal service platform conduit entry plates, conduit risers, and through-holes for tray cables into main switchboard units, low voltage power factor equipment, and site lighting controllers prior to fabrication of metal service platforms and conduit entry plates. E. Complete installation of below-grade conduits prior to concrete and/or asphalt placement DELIVERY, STORAGE, AND HANDLING A. Section Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Provide temporary end caps and closures on piping and fittings until pipe is installed. C. Protect pipe from entry of foreign materials and water by temporary covers, completing sections of work, and isolating parts of completed system. D. Accept products on site in manufacturer s original containers or configuration. Inspect for damage. E. Use shipping braces between layers of stacked pipe. Stack piping lengths no more than 3 layers high. F. Store field joint materials indoors in dry area in original shipping containers. Maintain storage temperature of 60 to 85 F. G. Support pipes with nylon slings during handling. PART 2 PRODUCTS 2.1 DUCT AND DUCT ACCESSORIES - DUCTBANK A. Size: Ducts shall be sized as shown on the Drawings. B. Duct: 1. Manufacturers: Carlon, Cantex, or as accepted. 2. Substitutions: Section Plastic Utilities Duct: NEMA TC 6; PVC Type EB. 4. Plastic Communications Duct: NEMA TC 10, Type EB. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

34 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM C. Manufactured Bends: 1. Manufacturer: Champion Fiberglass; or as accepted. 2. Substitutions: Section Product Description: UL 1684, extra heavy-wall bullet-resistant epoxy fiberglass ells, 48 radius preferred, 36 radius minimum. D. Plastic Utility Duct Fittings: NEMA TC 9. E. Plastic Communications Duct Fittings: NEMA TC 10. F. Duct Adhesives: As recommended by duct manufacturer s written instructions. G. Duct Spacers: Factory-fabricated rigid PVC interlocking spacers, sized for type and sizes of ducts with which used, and selected to provide minimum 3 edge-to-edge duct spacing while supporting ducts during concreting or backfilling. 1. Manufacturer: Carlon, Cantex, or as accepted. 2. Substitutions: Section Duct Spacers: NEMA TC-6 and TC-10. H. Pull Tape: 1. Manufacturers: Arnco Tone Tape, NEPTCO Inc. MuleTape, or as accepted. 2. Substitutions: Section Product Description: Furnish locatable pull tape made of aramid fiber, minimum tensile strength rating of 1,250 pounds, with sequential foot markings printed on tape. I. Warning Tape: 1. Manufacturer: Seton Identification Products, or as accepted. 2. Substitutions: Section Warning Tape: a. Power: Red warning ribbon PVC tape, minimum 5 mils thick and 6 inches wide, permanently imprinted with CAUTION - BURIED ELECTRIC LINE BELOW in black letters, minimum 1 inch high. b. Communications: Orange warning ribbon PVC tape, minimum 5 mils thick and 3 inches wide, permanently imprinted with CAUTION - BURIED COMMUNICATIONS LINE BELOW in black letters, minimum 1 inch high. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

35 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM J. Duct Sealant: 1. Manufacturers: Polywater FST Duct Sealant, or as accepted. 2. Substitutions: Section Product Description: Expansible foam duct sealant kit to prevent water and gas from entering manholes, vaults, or structures. 2.2 DUCT AND DUCT ACCESSORIES - DUCT IN TRENCH A. Size: Ducts shall be sized as shown on the Drawings. B. Duct: 1. Manufacturers: Carlon, Cantex, or as accepted. 2. Substitutions: Section Plastic Utilities Duct: NEMA TC 6; Schedule 80 PVC. C. Manufactured Bends: 1. Manufacturer: Champion Fiberglass; or as accepted. 2. Substitutions: Section Product Description: UL 1684, extra heavy-wall bullet-resistant epoxy fiberglass ells, 48 radius preferred, 36 radius minimum. D. Plastic Utility Duct Fittings: NEMA TC 9. E. Plastic Communications Duct Fittings: NEMA TC 10. F. Duct Adhesives: As recommended by duct manufacturer s written instructions. G. Duct Spacers: Factory-fabricated rigid PVC interlocking spacers, sized for type and sizes of ducts with which used, and selected to provide minimum 3 edge-to-edge duct spacing while supporting ducts during concreting or backfilling. 1. Manufacturer: Carlon, Cantex, or as accepted. 2. Substitutions: Section Duct Spacers: NEMA TC-6 and TC-10. H. Pull Tape: 1. Manufacturers: Arnco Tone Tape, NEPTCO Inc. MuleTape, or as accepted. 2. Substitutions: Section Product Description: Furnish locatable pull tape made of aramid fiber, minimum tensile strength rating of 1,250 pounds, with sequential foot markings printed on tape. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

36 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM I. Warning Tape: 1. Manufacturer: Seton Identification Products, or as accepted. 2. Substitutions: Section Warning Tape: J. Duct Sealant: c. Power: Red warning ribbon PVC tape, minimum 5 mils thick and 6 inches wide, permanently imprinted with CAUTION - BURIED ELECTRIC LINE BELOW in black letters, minimum 1 inch high. d. Communications: Orange warning ribbon PVC tape, minimum 5 mils thick and 3 inches wide, permanently imprinted with CAUTION - BURIED COMMUNICATIONS LINE BELOW in black letters, minimum 1 inch high. 1. Manufacturers: Polywater FST Duct Sealant, or as accepted. 2. Substitutions: Section Product Description: Expansible foam duct sealant kit to prevent water and gas from entering manholes, vaults, or structures. K. Duct Plugs: 1. Manufacturers: Tyco, Condux, or as accepted. 2. Substitutions: Section Product Description: Soft expansible gasket materials compressed with non-metallic plates and bolts to produce seal against water and gas in unused ducts. Plugs shall be furnished with pulling eye. 2.3 PRECAST CONCRETE MANHOLES A. Manufacturers: Oldcastle, Foley Products Co., Lee s Custom Precast; or as accepted. B. Substitutions: Section C. Quality Assurance: Refer to Design and Certification Requirements detailed in paragraph 1.6 of this Section. D. Design Requirements: Design structures, risers, manhole rings, and manhole lids for minimum loads in accordance with ASTM C857 and ASTM C Live Load: Comply with heavy traffic loading, ASTM C857, maximum 55,000 pounds each wheel at 145 psi. 2. Dead Loads: Actual weight of materials producing static load. 3. Site Conditions: Refer to Soil Boring Reports included in Project Manual. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

37 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM 4. Ground Water Level: Refer to Soil Boring Reports included in Project Manual. E. Product Description: Non-corrosive steel reinforced precast concrete manholes designed in accordance with ASTM C858, comprising modular, interlocking sections complete with accessories. F. Quality Assurance: Electrical manholes shall be precast concrete manufactured in a plant especially designed for that purpose. Inspect manholes in accordance with ASTM C1037. G. Shape: As indicated on Drawings. H. Nominal Inside Dimensions: As indicated on Drawings or as accepted. Alternate interior dimensions will be considered where: 1. Alternate manhole provides equivalent interior area (e.g. length times width) or greater. 2. Contractor certifies that any conflicts between manholes and other site features (e.g. utilities, hardscape, structures, facilities, etc.), both above grade and below grade, created by the alternate manhole will be corrected at Contractor s expense. I. Inside Depth: As indicated on Drawings. J. Wall Thickness: 6 minimum or greater where required to meet Design Requirements. K. Materials: 1. All cement shall conform to ASTM C150, Type I, IA, III, or IIIA. All fine and course aggregates shall conform to ASTM C Steel reinforcing design shall conform to ASTM C857 Specifications for Structural Design for Underground Precast Concrete Utility Structures and shall be utilize Grade 60 bars conforming to the requirements of ASTM A Batching, mixing and placing of concrete shall conform to ACI 304. Concrete shall develop a minimum compressive strength of 4,500 psi at twenty-eight (28) days. 4. Units shall consist of assembled sections. Assembled sections shall have mating edges with tongue and groove joints. Joints shall be designed to firmly interlock adjoining components, and provide waterproof junctions. Joints shall be sealed watertight using preformed plastic strip. Sealing material shall be installed in strict accordance with the sealant manufacturer's printed instructions. Apply two coats of manhole manufacturer s standard asphalt or epoxy waterproofing material in compliance with the waterproofing manufacturer s recommendations. Coating shall completely cover all exterior surfaces of the manhole. 5. Tolerances: e. Manholes shall be designed and constructed so that the inside dimensions, as indicated on the Drawings, are maintained under the specified loading conditions. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

38 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM f. Wall embedments shall be located within ¼ inch of the position as indicated on the Drawings. L. Embedments: Embedments shall be galvanized steel or non-corrosive fiberglass or plastic. Embedments shall be designed to accept 1/2-13 x 1-1/4 stainless steel bolts. Provide embedment s for support of cable junction point, cable supports, and grounding supports, as indicated on the Drawings. M. Base Section: Include 3 deep x 12 round sump with cast sleeve, and two (2) 1 ground rod openings. N. Top Section: Include manhole access riser, collar, frame, and lid as shown on the Drawings. O. Nameplate: Identified structure with manufacturer's name embedded in, or otherwise permanently attached to an interior wall face. P. Duct Entry Provisions: Term-A-Ducts. Q. Duct Entry Locations: As indicated on Drawings. R. Lifting Devices: Lifting devices shall be cast into manhole base, riser extensions, and cover for use during unloading and installation operations. Lifting devices shall be designed and installed to allow unloading and lifting operations with either a 4-way chain or sling. S. Cable Pulling Irons: 1. Manufacturers: Bowco Industries, or as accepted. 2. Substitutions: Section Product Description: Cable Pulling iron, 7/8-inch diameter, hot-dipped galvanized. Locate as shown on Drawings. T. Cable Supports: 1. Manufacturers: Underground Devices Multi-Mount Cable Arm, or as accepted. 2. Substitutions: Section Product Description: Heavy-duty nonmetallic type, length as required. U. Sump Covers: ASTM A48/A48M, Class 30B gray cast iron. V. Manhole Frames and Lids: 1. Manufacturers: Neenah Foundry, or as accepted. 2. Substitutions: Section Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

39 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM 3. Design Requirements: Design manhole frames and lids for minimum loads in accordance with BS EN 124:1994, Class F900 Loading. 4. Product Description: Cast iron manhole frame and lid, bottom flange construction, closed pick-hole access, with load ratings to meet or exceed design requirements. 5. Clear Opening: Manhole rings shall have a minimum 36 center opening as shown on the Drawings. 6. Identification: Refer to Section METAL SERVICE PLATFORMS FOR ELECTRICAL EQUIPMENT A. Refer to Section for Cast-In-Place Concrete requirements. B. Refer to Sections and for Structural Steel and Miscellaneous Metals requirements. C. Refer to Sections for Drilled Concrete Piers and Shafts requirements. D. Refer to Section for Chain Link Fences and Gates requirements. E. Product Requirements: Galvanized steel metal service platforms shall be designed, fabricated, and erected to support electrical equipment, conduit, cables, and cable trays while maintaining design clearances. It is the sole responsibility of the Contractor to verify and ensure that metal service platforms are designed, fabricated, and erected to be compatible with equipment actually furnished by the Contractor. 2.5 ELECTRICAL HANDHOLES A. Manufacturers: Quazite Type PG, or as accepted. B. Substitutions: Section C. Product Description: Concrete composite handhole, open bottom type. D. Construction: Handhole shall be molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two. E. Dimensions: Handhole shall have minimum interior dimensions of 24 x 36 x 24 deep, with heavy duty cover. F. Load Rating: Handhole and handhole cover shall be designed for driveways, parking lots and off road application subject to occasional non-deliberate traffic, ANSI Tier 22. G. Cover: Weatherproof, single piece, gasketed, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

40 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM 1. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of Cover Legend: Molded lettering, "ELECTRICAL". H. Finish: Box and cover color shall have natural gray finish. 2.6 EXISTING COMMUNICATION VAULTS A. Manufacturers: Quazite Type PG, or as accepted. B. Substitutions: Section C. Product Description: Concrete composite vault, open bottom type. D. Construction: Vault shall be molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two. E. Dimensions: Vault shall have minimum interior dimensions of 36 x 60 x 24 deep, with heavy duty cover. F. Load Rating: Vault and vault cover shall be designed for driveways, parking lots and off road application subject to occasional non-deliberate traffic, ANSI Tier 22. G. Cover: Weatherproof, single piece, gasketed, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. 1. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of Cover Legend: Molded lettering, "TELECOMMUNICATIONS". H. Finish: Box and cover color shall have natural gray finish. PART 3 EXECUTION 3.1 EXAMINATION A. Section Administrative Requirements: Verification of existing conditions before starting work. B. Duct bank system routing shown on Drawings is in approximate locations unless dimensioned. Ductbank elevations and depths shown are approximate. Coordinate final locations and elevations of ductbanks with other electrical utility (medium voltage, low voltage, site lighting, and communications) ductbanks, manholes, and appurtenances, other site utilities (e.g. water, sanitary sewer, storm drainage, natural gas, etc.), underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and as approved by Electrical Engineer. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

41 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM C. Route as required to complete the system. 1. Coordinate underground ductbank system work to avoid interference with other trades and existing utilities. Revise locations and elevations from those indicated as required to suit field conditions and as approved by Electrical Engineer. 2. Verify routing and termination locations of duct banks before excavation for rough-in. 3. Verify that field measurements and elevations are as shown on Drawings. 4. Verify locations and elevations of manholes and vaults prior to excavating for installation. D. Examine substrates, areas, and conditions to receive ducts and utility structures for compliance with requirements for installation tolerances and other conditions affecting performance of underground ducts and utility structures. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 SITE PROTECTION A. CONTRACTOR shall verify locations of all utilities prior to the start of excavation for ductbanks, manholes, and handholes. B. When the planned excavation falls within 3 feet of an existing utility, the utility shall be located by pot-holing prior to commencement of excavation or directional boring to determine the exact location and depth of the utility. C. CONTRACTOR is responsible for the protection of surroundings while excavating or directional drilling including but not limited to: underground utilities, irrigation systems, sidewalks, streets, curbs, trees, shrubs, etc. Any damage resulting from CONTRACTOR s operations shall be the responsibility of the CONTRACTOR and shall be corrected at no expense to the OWNER. 3.3 SITE DEMOLITION A. Protections: 1. Perform demolition in such manner as to eliminate hazards to persons and property; to minimize interference with use of adjacent areas, utilities, and structures, or interruption of use of such utilities; and to provide free passage to and from such adjacent areas of the construction site. Comply with requirements of Article 22 of the Public Convenience and Safety. 2. Provide safeguards, including warning signs, barricades, temporary fences, warning light, and other similar items that are required for protection of all personnel during demolition and removal operations. 3. Fences, barricades, lights, and other similar items around exposed excavations shall be maintained until such excavations have been completely filled. 4. Prevent spread of flying particles and dust. Sprinkle rubbish and debris with water to keep dust to a minimum. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

42 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM 5. Wherever a cutting torch or other equipment that might cause a fire is used, provide and maintain fire extinguishers nearby ready for immediate use. All possible users shall be instructed in use of fire extinguishers. B. Demolition and Removal of Concrete and Asphalt Surfacing: 1. Contractor shall remove sections of existing concrete and asphalt surfacing as shown on the Drawings and hereinafter specified, to allow for installation of underground ducts, manholes, vaults and electrical equipment platforms. 2. All concrete curbs, gutter, sidewalks, driveways, and other surfacing shall be removed and replaced to the next joint or scoring lining beyond the actually damaged or broken sections. In the event that joints or scoring lines do not exist or are three or more feet from the removed or damaged section, the damaged portions shall be saw cut, removed, and reconstructed to neat, plane faces. 3. Contractor shall saw cut and remove concrete in complete sections between expansion joints, and upon completion of work, restore concrete surfacing to its previous condition. C. Clean Up: a. Sawcut concrete at expansion joints. Make new openings neat. b. Break concrete and remove. Take care not to damage existing pavement and/or sidewalk to remain in place. c. Remove any base material, gravel, and/or or any other non-native soil. 1. The construction site shall be cleaned on a daily basis and shall include off-site disposal of all items and materials not required to remain the property of the Owner. Debris and rubbish resulting from demolition operations shall be disposed of off-site on a daily basis. 3.4 CONCRETE SURFACE RESTORATION A. Surface restoration shall be in kind or better. B. Concrete surfaces shall be restored to the original base and thickness. C. Concrete shall be in accordance with Section , formed and poured in place and installed to match the original line, grade, and general appearance of the existing concrete surfacing. D. Concrete shall be poured to match the original concrete surfacing thickness, but not less than 4 thick, over a thoroughly compacted and leveled sub-grade. E. Concrete surfaces and sidewalks shall be float finished. Concrete surfacing shall be edged with an edging tool and grooved at intervals to match existing, or at intervals not exceeding the width, uniform throughout the length of the replacement measured in one direction. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

43 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM F. All concrete shall be removed and replaced to the next joint or scoring lining beyond the actually damaged or broken sections. In the event that joints or scoring lines do not exist or are three or more feet from the removed or damaged section, the damaged portions shall be saw cut, removed, and reconstructed to neat, plane faces. G. All concrete work shall conform to the requirements of Section ASPHALT SURFACE RESTORATION A. Surface restoration shall be in kind or better. B. Asphalt surfaces shall be restored to the original base and thickness. C. All asphalt work shall conform to the requirements of Sections and INSTALLATION - GENERAL A. Install in accordance with IEEE C2, NECA 605, NFPA 70, and the requirements of this Section. B. Install nonmetallic conduit as indicated on the Drawings, according to manufacturer's written instructions. C. Risers: At conduit risers at metal service platforms, riser poles, and site lighting standards, make transition from underground duct to heavy duty fiberglass conduit below grade to exposed riser point using manufactured heavy duty fiberglass 48 long sweep ells. 36 ells may be used in cases where the ductbank depth is less that 48. Use fittings and adhesives manufactured for that purpose. D. Curves and Bends: At locations other than risers, field bend ducts in accordance with NECA 605 and conduit manufacturer s recommendations. The total number of bends in ducts shall not exceed three (3) 90-degree bends or an equivalent of sweeps and radius bends. E. Duct Sealing: 1. For ducts containing cable runs between manholes and medium voltage equipment, install duct sealant both at terminations of ducts in manholes and terminations of duct into medium-voltage switchgear and pad-mounted transformers. 2. For ducts containing cable runs between manholes and low-voltage equipment, install duct sealant at terminations of ducts in manholes. 3. Install duct plugs on all unoccupied ducts at terminations. F. Future Use Ducts: Future use ducts shall be easily accessible for future extension. Stop concrete encasement two (2) feet short from end of duct and backfill in sand. Ducts shall be sealed watertight using end caps solvent cemented to the duct. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

44 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM G. Spare Ducts: Install waterproof locatable pull tape in all spare (empty) ducts after thoroughly rodding, clearing and swabbing all lines free of any obstructions. Do not splice, tie, or otherwise join shorter lengths together. Only a whole, unbroken length of tape is to be installed in each duct. 3.7 INSTALLATION - DUCT BANK A. Cut the trenches neatly and uniformly. Excavate trench bottom to provide firm and uniform support for duct bank. Refer to Section B. Sheet and shore as required. Refer to Section C. Dewater trench as required. Refer to Section D. Install conduit to locate top of conduits at depths as indicated on Drawings. E. Cut conduit square using saw or pipe cutter; de-burr cut ends. F. Insert conduit to shoulder of fittings; fasten securely. G. Join conduit using adhesive as recommended by manufacturer. H. Wipe nonmetallic conduit and duct dry and clean before joining. Apply full even coat of adhesive to entire area inserted in fitting. Allow joint to cure for twenty (20) minutes, minimum. I. Install no more than equivalent of three (3) 90-degree bends between pull points. Use factory elbows for bends to make changes in direction. Field bend conduit only where approved by conduit manufacturer and in strict conformance with manufacturer s printed instructions. J. Install fittings to accommodate expansion and deflection. K. Stagger conduit and duct joints vertically in concrete encasement six (6) inches minimum. L. Use suitable separators and chairs installed no greater than five (5) feet on centers. Secure separators and chairs to trench bottom prior to concrete pour. M. Securely anchor conduit and duct to prevent movement during concrete placement. N. Install ducts with minimum three (3) inch concrete cover at bottom, top, and sides. O. Install steel reinforcing in ductbank as shown on the Drawings. P. Place concrete in accordance with Section Q. Provide suitable pull string in each empty duct except sleeves and nipples. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

45 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM R. Protect all conduit terminations from mechanical injury. Prevent the entry of moisture and foreign matter into the conduit system by properly installing duct plugs in all conduits. S. Install an underground-line warning tape as shown on the Drawings. T. Backfill trenches in accordance with Section U. Install flat utility marker directly above conduit stub-out at finished grade. Refer to Section PRECAST ELECTRICAL MANHOLE AND HANDHOLE INSTALLATION A. Excavation and Backfill: 1. Excavate for manholes and structures in accordance with Section in location and to depth shown. 2. Sheet and shore as required. Refer to Section When groundwater is encountered, prevent accumulation of water in excavations. Place manholes and structures in dry excavation. Dewater excavation as required. Refer to Section Where possibility exists of watertight structure becoming buoyant in flooded excavation, anchor structure to avoid floatation. B. Install manhole/handhole at locations shown on the Drawings with due consideration given to the location of other utilities, grades, paving, and other obstructions. All electrical manhole/handhole locations shall be approved by the Electrical Engineer. C. Support units on a level bed of crushed stone or gravel, graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. D. Install precast components in accordance with manufacturer s requirements. E. Install manhole/handhole plumb. F. The top of electrical manhole/handhole rings and lids shall be flush with finished grade. G. Seal precast sections in accordance with ASTM C891. Seal all joints between manhole/handhole sections according to the manufacturer s recommendations in order to provide a watertight seal. The outside of the entire structure shall be coated with an approved water proofing material. H. Openings in electrical manholes/handholes for ducts shall be located as shown on the Drawings. I. Stub out conduits minimum five (5) feet, and as shown on the Drawings, for each spare duct, sleeve and cap conduits. Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

46 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM J. Attach cable racks to inserts after manhole installation is complete. Mount cable supports to the electrical manhole concrete walls using 1/2" stainless steel bolts and flat washers. K. Backfill manhole/handhole excavation in accordance with Section METAL SERVICE PLATFORMS FOR ELECTRICAL EQUIPMENT A. Refer to Section for Cast-In-Place Concrete requirements. B. Refer to Sections and for Structural Steel and Miscellaneous Metals requirements. C. Refer to Sections for Drilled Concrete Piers and Shafts requirements. D. Refer to Section for Chain Link Fences and Gates requirements. E. Refer to Section for metal service platform grounding PRECAST ELECTRICAL VAULT INSTALLATION A. Excavation and Backfill: 1. Excavate for vaults in accordance with Section in location and to depth shown. 2. Sheet and shore as required. Refer to Section When groundwater is encountered, prevent accumulation of water in excavations. Place vaults in dry excavation. Dewater excavation as required. Refer to Section B. Install vault at locations shown on the Drawings with due consideration given to the location of other utilities, grades, paving, and other obstructions. All electrical vault locations shall be approved by the Electrical Engineer. C. Support units on a level bed of crushed stone or gravel, graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. D. Install precast components in accordance with manufacturer s requirements. E. Install vault plumb. F. The top of electrical vault cover and concrete rings shall be flush with finished grade. G. Backfill vault excavation in accordance with Section H. Install protective reinforced concrete ring surrounding vault a minimum of 12 outside vault exterior walls. Refer to Section Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

47 MISSISSIPPI STATE PORT AUTHORITY PORT OF GULFPORT RESTORATION PROGRAM 3.11 ADJUSTMENT OF EXISTING PRECAST COMMUNICATION VAULTS A. Demolish existing protective reinforced concrete ring surrounding vault as shown on the Drawings. B. Adjustment of Vaults: 1. Excavate for vaults in accordance with Section in location and to depth shown. 2. Sheet and shore as required. Refer to Section When groundwater is encountered, prevent accumulation of water in excavations. Place vaults in dry excavation. Dewater excavation as required. Refer to Section Raise existing vaults or add additional stackable vault section, not to exceed 24, as required to match final grade. C. Support units on a level bed of crushed stone or gravel, graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. D. Install precast components in accordance with manufacturer s requirements. E. Install communication vault plumb. F. The top of communication vault cover and concrete rings shall be flush with finished grade. G. Backfill vault excavation in accordance with Section H. Install protective reinforced concrete ring surrounding vault a minimum of 12 outside vault exterior walls. Refer to Section FIELD QUALITY CONTROL A. Conduit Integrity Tests: Rod ducts with a mandrel sized in accordance with duct manufacture s printed instructions. Where rodding indicates obstructions in ducts, remove obstructions and retest. Prepare reports of conduit integrity tests for each duct or conduit. Test results shall clearly identify conduit by location and from- and to- locations. B. Correct installations where possible and retest to demonstrate compliance. Remove and replace defective products and retest. C. Pull brush through full length of ducts. Use round-bristle brush with a diameter 1/2 inch larger than the ID of duct. END OF SECTION Underground Ducts, Manholes and PGRP Project Title: West Pier Construction Phase 2 Metal Service Platforms for Electrical Systems Engineer: Atwell & Gent / AG 402E Document Status: IFB - December 14, 2015 (Modified by Addendum #2)

48

49

50 N A B MATCH LINE SHEET EL1.1 WATERSIDE CRANE RAIL LIMIT OF CONSTRUCTION 935' TERMINAL # ADDENDUM #2 JA JA EQUIPMENT PLATFORM "EP-14 EQUIPMENT PLATFORM "EP-15" 2 C EQUIPMENT PLATFORM "EP-12" S25 S25 EL5.9 HM33-S SLC3-I HM53-S SLC3-I HM55-S SLC3-I S25 S25 A EL5.1 MH-SL-627 UE/SL A EL5.1 S25 S24 EL5.8 B EL5.1 MH-SL-626 A EL5.1 UE/SL S25 S25 MH-SL-625 S25 S23 EL5.8 B EL5.1 S25 UE/SL A EL5.1 S22 EL5.8 UE/SL MH-SL-624 C EL5.1 S22 S25 A EL5.1 UE/SL S22 HM57-S SLC3-F A EL5.1 S26 EL5.9 S22 MH-SL-628 TERMINAL #3 TERMINAL #4 UE/SL DI ACCESS TO WHARF A EL5.1 EQUIPMENT PLATFORM "EP-13" MH LIMIT OF CONSTRUCTION E 2 EL5.1 L CO DI DI MATCH LINE SHEET EL1.4 CO D GENERAL NOTES: 1. DUCTBANK ELEVATIONS SHOWN ARE TYPICAL. CONTRACTOR SHALL COORDINATE EXACT ELEVATIONS OF DUCTBANKS WITH OTHER SITE UTILITIES AND STORM DRAINAGE, BOTH EXISTING AND THOSE BEING CONSTRUCTED ON THIS PROJECT, AND ADJUST DUCTBANK ELEVATIONS AS REQUIRED. REFER TO "DUCTBANK CROSSING OTHER UTILITIES" DETAIL SHOWN ON SHEET ES CONSTRUCT WORK IN PHASES. REFER TO PHASE AND SEQUENCING REQUIREMENTS IN SPECIFICATIONS SECTION REFER TO SHEET EL5.2 FOR SITE LIGHTING MANHOLE DETAILS. SITE LIGHTING PLAN SCALE: 1" = 60' SITE LIGHTING PLAN 4. REFER TO SHEETS EL5.3 THROUGH EL5.9 FOR SITE LIGHTING MANHOLE LAYOUT PLANS. 5. REFER TO SHEETS EL5.10 AND EL5.11 FOR HIGH MAST LIGHTING DETAILS. 6. REFER TO SHEET EL6.2 FOR HIGH MAST LIGHTING SCHEDULE KEY MAP SCALE: 1" = 60' VERIFY SCALE BAR IS ONE INCH ON ORIGINAL DRAWING. 0 1" DATE DECEMBER 14, 2015 PROJ 304 DWG 304-E-20-EL1.3 SHEET EL1.3

51 A Y, DOLE, DuPONT CONSTRUCTION) B MATCH LINE SHEET EL HM34-S SLC3-H HM54-S SLC3-H HM56-S SLC3-H HM58-S SLC3-F S20 EL5.7 TERMINAL #2 TERMINAL #3 MH-SL-404 MH-SL-622 A EL5.1 PHASE I - LIMIT OF CONSTRUCTION EQUIPMNT PLATFORM "EP-5" UE/SL UE/SL UE/SL UE/SL S24 LIMIT OF CONSTRUCTION S19 EL5.7 MH-SL-604 MH-SL-621 A EL5.1 S24 S18 EL5.7 MH-SL-603 EQUIPMNT PLATFORM "EP-6" S24 MH-SL-620 A EL5.1 UE/SL x13.32 x x 13.50x 13.50x 13.50x S17 EL5.7 MH-SL-619 C EL5.1 S22 S24 S25 HM35-S SLC3-G HM47-S SLC3-G HM49-S SLC3-G HM51-S SLC3-F S15 EL5.6 MH-SL-617 A EL5.1 UE/SL S23 S14 EL5.6 MH-SL-616 A EL5.1 MATCH LINE SHEET EL1.3 UE/SL S23 EXISTING EQUIPMENT PLATFORM "EP-6" S13 EL5.6 A EL5.1 UE/SL MH-SL-615 S12 EL5.5 EX. S23 E EL5.1 UE/SL/EX 3 EE4.1 1 EE4.4 2 EL6.1 1 UE/SL UE/SL/EX MH-SL-614 x13.50 D EL5.1 x13.50 x13.50 x13.50 B EL5.1 x13.32 B EL5.1 S22 S23 S24 S25 E EL5.1 S22 S23 S24 S25 EX. MH-SL-601 (EXISTING) UE/SL S22 S22 S22 S22 S21 EL5.8 S16 EL5.6 MH-SL-623 MH-SL-618 UE/SL UE/SL 30' WIDE ACCESS B EL5.1 B EL5.1 30' WIDE ACCESS (DOLE) EB DI DI EB C 2 EL5.1 C 2 EL5.1 D DI D LIMIT OF CONSTRUCTION PS 2 2 DI DI DI D DI CB DI EB EB DI DI DI EB EB N ADDENDUM #2 JA JA C 13.50x x13.50 EQUIPMNT PLATFORM "EP-8" D GENERAL NOTES: 1. DUCTBANK ELEVATIONS SHOWN ARE TYPICAL. CONTRACTOR SHALL COORDINATE EXACT ELEVATIONS OF DUCTBANKS WITH OTHER SITE UTILITIES AND STORM DRAINAGE, BOTH EXISTING AND THOSE BEING CONSTRUCTED ON THIS PROJECT, AND ADJUST DUCTBANK ELEVATIONS AS REQUIRED. REFER TO "DUCTBANK CROSSING OTHER UTILITIES" DETAIL SHOWN ON SHEET ES CONSTRUCT WORK IN PHASES. REFER TO PHASE AND SEQUENCING REQUIREMENTS IN SPECIFICATIONS SECTION REFER TO SHEET EL5.2 FOR SITE LIGHTING MANHOLE DETAILS. SITE LIGHTING PLAN SCALE: 1" = 60' 1 NUMBERED NOTES CONNECT NEW DUCTBANK TO EXISTING DUCTBANK STUB. REFER TO SHEET EL5.1 FOR TYPICAL DUCTBANK STUB DETAIL. SITE LIGHTING PLAN 4. REFER TO SHEETS EL5.3 THROUGH EL5.9 FOR SITE LIGHTING MANHOLE LAYOUT PLANS. 5. REFER TO SHEETS EL5.10 AND EL5.11 FOR HIGH MAST LIGHTING DETAILS. 6. REFER TO SHEET EL6.2 FOR HIGH MAST LIGHTING SCHEDULE KEY MAP SCALE: 1" = 60' VERIFY SCALE BAR IS ONE INCH ON ORIGINAL DRAWING. 0 1" DATE DECEMBER 14, 2015 PROJ 304 DWG 304-E-20-EL1.4 SHEET EL1.4

52 HM49 MANHOLE CONDUIT AND CABLE SCHEDULE HM47 A B C D MH-SL-616 HM35 1'-9" 1'-9" 1'-9" E E 7'-0" S13 EL5.6 7'-0" 6'-0" 1'-9" 7'-0" 9'-0" MH-SL-615 SITE LIGHTING MANHOLE LAYOUT PLAN SCALE: 3/8" = 1'-0" 6'-0" 5 E 2 2 7'-0" 9'-0" MH-SL-617 E E 2 1'-9" 1'-9" MH-SL-614 MH-SL-616 CONDUIT CONDUIT NO. SIZE " 2" 2" 2" 2" CABLE QUANTITY AND TYPE ONE (1) RUN OF TYPE TC POWER CABLE WITH 4-#1 AWG XHHW WIRES AND GROUND WIRE ONE (1) RUN OF TYPE TC POWER CABLE WITH 4-#1 AWG XHHW WIRES AND GROUND WIRE ONE (1) RUN OF TYPE TC POWER CABLE WITH 4-#1 AWG XHHW WIRES AND GROUND WIRE ONE (1) RUN OF TYPE TC POWER CABLE WITH 4-#1 AWG XHHW WIRES AND GROUND WIRE FIBER OPTIC CABLE, QUANTITY, SIZE & TYPE AS REQUIRED BY LIGHTING MANUFACTURER E 2" EMPTY - SPARE DUCT GENERAL NOTES: FROM N/A 1. ALL DIMENSIONS SHOWN ARE INSIDE DIMENSIONS OF MANHOLE. 2. REFER TO SHEET EL5.2 FOR SITE LIGHTING MANHOLE DETAILS. SLC3 SLC3 SLC3 SLC3 SLC3 TO HM51, HM58 & HM57 HM35, HM47 & HM49 HM34, HM54 & HM56 HM33, HM53 & HM55 HM33, HM34, HM35, HM47, HM49, HM51, HM53, HM54, HM55, HM56, HM57 & HM58 N/A SLC CKT. S22 S23 S24 S25 N/A N/A MH-SL-617 MH-SL-614 1'-9" 1'-9" E E 7'-0" S14 EL5.6 7'-0" 6'-0" 1'-9" 7'-0" 9'-0" MH-SL-616 SITE LIGHTING MANHOLE LAYOUT PLAN SCALE: 3/8" = 1'-0" 6'-0" 5 E 2 2 HM51 7'-0" 9'-0" MH-SL-618 E '-9" E E E E E 1'-9" 2 1'-9" MH-SL-615 FUTURE USE ADDENDUM #2 JA JA SITE LIGHTING MANHOLE LAYOUT PLANS SCALE: 1/2" = 1'-0" VERIFY SCALE S15 EL5.6 SITE LIGHTING MANHOLE LAYOUT PLAN SCALE: 3/8" = 1'-0" S16 EL5.6 SITE LIGHTING MANHOLE LAYOUT PLAN SCALE: 3/8" = 1'-0" BAR IS ONE INCH ON ORIGINAL DRAWING. 0 1" DATE DECEMBER 14, 2015 PROJ 304 DWG 304-E-50-EL5.6 SHEET EL5.6

53 A B MH-SL-619 1'-9" E 7'-0" 6'-0" HM58 7'-0" 9'-0" MH-SL-623 1'-9" MH-SL-625 1'-9" 7'-0" 9'-0" 7'-0" 6'-0" MH-SL-624 S21 EL5.8 SITE LIGHTING MANHOLE LAYOUT PLAN SCALE: 3/8" = 1'-0" HM55 HM52 7'-0" 7'-0" 1'-9" 1'-9" E E E E E 1'-9" FUTURE USE CONDUIT CONDUIT NO. SIZE 2 1 2" 2 2" 3 2" MANHOLE CONDUIT AND CABLE SCHEDULE CABLE QUANTITY AND TYPE ONE (1) RUN OF TYPE TC POWER CABLE WITH 4-#1 AWG XHHW WIRES AND GROUND WIRE ONE (1) RUN OF TYPE TC POWER CABLE WITH 4-#1 AWG XHHW WIRES AND GROUND WIRE FIBER OPTIC CABLE, QUANTITY, SIZE & TYPE AS REQUIRED BY LIGHTING MANUFACTURER E 2" EMPTY - SPARE DUCT GENERAL NOTES: FROM N/A 1. ALL DIMENSIONS SHOWN ARE INSIDE DIMENSIONS OF MANHOLE. 2. REFER TO SHEET EL5.2 FOR SITE LIGHTING MANHOLE DETAILS. SLC3 SLC3 SLC3 TO HM51, HM58 & HM57 HM33, HM53 & HM55 HM33, HM34, HM35, HM47, HM49, HM51, HM53, HM54, HM55, HM56, HM57 & HM58 N/A SLC CKT. S22 S25 N/A N/A E E 2 3 E E 1 1'-9" E 1'-9" MH-SL ADDENDUM #2 JA JA S22 EL5.8 MH-SL-619 SITE LIGHTING MANHOLE LAYOUT PLAN SCALE: 3/8" = 1'-0" 3 E E 2 2 C 9'-0" 9'-0" D MH-SL-626 1'-9" E 7'-0" 6'-0" MH-SL-625 E 1'-9" MH-SL-624 MH-SL-627 1'-9" E 7'-0" 6'-0" MH-SL-626 E 1'-9" MH-SL-625 SITE LIGHTING MANHOLE LAYOUT PLANS S23 EL5.8 SITE LIGHTING MANHOLE LAYOUT PLAN SCALE: 3/8" = 1'-0" S24 EL5.8 SITE LIGHTING MANHOLE LAYOUT PLAN SCALE: 3/8" = 1'-0" SCALE: 1/2" = 1'-0" VERIFY SCALE BAR IS ONE INCH ON ORIGINAL DRAWING. 0 1" DATE DECEMBER 14, 2015 PROJ 304 DWG 304-E-50-EL5.8 SHEET EL5.8

54 HM33 HM57 1'-9" MANHOLE CONDUIT AND CABLE SCHEDULE 1'-9" A B 7'-0" 6'-0" 2 3 E 7'-0" 9'-0" MH-SL-627 E 1'-9" MH-SL-626 CONDUIT CONDUIT NO. SIZE 1 2" 2 2" 3 2" CABLE QUANTITY AND TYPE ONE (1) RUN OF TYPE TC POWER CABLE WITH 4-#1 AWG XHHW WIRES AND GROUND WIRE ONE (1) RUN OF TYPE TC POWER CABLE WITH 4-#1 AWG XHHW WIRES AND GROUND WIRE FIBER OPTIC CABLE, QUANTITY, SIZE & TYPE AS REQUIRED BY LIGHTING MANUFACTURER E 2" EMPTY - SPARE DUCT GENERAL NOTES: 1. ALL DIMENSIONS SHOWN ARE INSIDE DIMENSIONS OF MANHOLE. 2. REFER TO SHEET EL5.2 FOR SITE LIGHTING MANHOLE DETAILS. FROM SLC3 SLC3 SLC3 N/A TO HM51, HM58 & HM57 HM33, HM53 & HM55 HM33, HM34, HM35, HM47, HM49, HM51, HM53, HM54, HM55, HM56, HM57 & HM58 N/A SLC CKT. S22 S25 N/A N/A MH-SL-624 1'-9" E 7'-0" 6'-0" 7'-0" 9'-0" MH-SL-628 E 3 1 E E E 1'-9" FUTURE USE ADDENDUM #2 JA JA 2 S25 EL5.9 SITE LIGHTING MANHOLE LAYOUT PLAN SCALE: 3/8" = 1'-0" S26 EL5.9 SITE LIGHTING MANHOLE LAYOUT PLAN SCALE: 3/8" = 1'-0" C D SITE LIGHTING MANHOLE LAYOUT PLANS SCALE: 1/2" = 1'-0" VERIFY SCALE BAR IS ONE INCH ON ORIGINAL DRAWING. 0 1" DATE DECEMBER 14, 2015 PROJ 304 DWG 304-E-50-EL5.9 SHEET EL5.9

55 APPENDIX B-3 WATER TOWER PAINT ANALYSIS REPORT Appendix B-3 PGRP Project Title: West Pier Construction Phase 2 Addendum No 2 December 16, 2015 Engineer: Neel-Schaffer / NS B-3-1

56

57

58

59

60

61

62

63

64

65 APPENDIX B-4 LEAD-BASED PAINT DEBRIS DISPOSAL GUIDANCE Appendix B-4 PGRP Project Title: West Pier Construction Phase 2 Addendum No. 2 December 16, 2015 Engineer: Neel-Schaffer / NS B-4-1

66

67

68

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS

More information

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances 2004 Specifications CSJ 2250-01-021, etc SPECIAL SPECIFICATION 5243 Water and Sewer System and Appurtenances 1. Description. This Item governs for the furnishing of all equipment, labor and materials to

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall

More information

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

More information

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following

More information

ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION THE TOWN OF MALTA AND A PORTION OF THE 115KV

ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION THE TOWN OF MALTA AND A PORTION OF THE 115KV ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION IN THE TOWN OF MALTA AND A PORTION OF THE 115KV LUTHER FOREST STATION IN THE TOWN OF STILLWATER SARATOGA

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT Effective September 6, 2018, Addendum No. 3 (THREE), {Pages 1-7 and the applicable attachment(s)}, is associated

More information

SPECIAL SPECIFICATION 6664 Level (3) Communications System

SPECIAL SPECIFICATION 6664 Level (3) Communications System 2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6664 Level (3) Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Level (3) Communications,

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

SPECIAL SPECIFICATION 6658 Time Warner Communications System

SPECIAL SPECIFICATION 6658 Time Warner Communications System 2004 Specifications CSJ 1200-05-014 1. Description. SPECIAL SPECIFICATION 6658 Time Warner Communications System A. This Item will govern the installation of all facilities belonging to Time Warner Cable

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

CITY OF TACOMA Department of Public Utilities Tacoma Power CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2017.02 Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 The following changes are made to the Proposal, Specifications and Plans: SPECIFICATIONS:

More information

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:]

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:] SECTION 14 - REMOVALS 14-1 GENERAL This item shall consist of removing, [salvaging], [abandoning,] [stockpiling] and/or disposing of existing [pavements,] [asphalt-treated bases (ATB),] [cement-treated

More information

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A

More information

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01. BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

ADDENDUM #1 Walker Woods Pump Station Replacement PW

ADDENDUM #1 Walker Woods Pump Station Replacement PW April 10, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Walker Woods Pump Station Replacement 18-0027PW A. The following additions, deletions, revisions, and/or amendments to the original drawings

More information

Job Order Sewer Repair Services

Job Order Sewer Repair Services Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified

More information

SPECIAL SPECIFICATION 6666 Charter Communications System

SPECIAL SPECIFICATION 6666 Charter Communications System 2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6666 Charter Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Charter Communications,

More information

BID FORM. (Firm) FOR CONSTRUCTION OF RECYCLED WATER STORAGE POND RELINING, POND NO. 1/2 [PROJECT NO. D1904]

BID FORM. (Firm) FOR CONSTRUCTION OF RECYCLED WATER STORAGE POND RELINING, POND NO. 1/2 [PROJECT NO. D1904] BID M BY (Firm) Rancho California Water District 42135 Winchester Road Post Office Box 9017 Temecula, CA 92589-9017 Attention: Heath McMahon, Construction Contracts Manager The undersigned declares, as

More information

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project 00900 ADDENDUM #1 Issued to: All Document Holders of Record Date: February 16, 2016 Project: Bayfield Waterline Replacement Project This Addendum forms a part of the Contract described above. The original

More information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT ADDENDA AND MODIFICATIONS DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications

More information

1. Provide a revised bid form (attached to this addendum 11)

1. Provide a revised bid form (attached to this addendum 11) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 July 6, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 11 Project 18-038.1

More information

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title TABLE OF CONTENTS CONTRACT DOCUMENTS 00001 Inside Title Page 00003 Table of Contents 00004 List of Drawings 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid 00500 Agreement 00610 Construction

More information

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet. BID FORM TxDOT CSJ 1812CONRO Project Description: TW Extension, Lighting and Signage Improvements Base Bid: The project consists of the extension of existing 50 TW approximately 2,640 feet. The proposed

More information

APPENDIX A MEASUREMENT AND PAYMENT

APPENDIX A MEASUREMENT AND PAYMENT P-150 DEMOLITION 4.01 Removal of pavement shall be measured per square yard based on the area shown on the plans. Any pavement removed outside the designed limits of removal because the pavement was damaged

More information

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. ACKNOWLEDGEMENT BY RESPONDENT Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. This undersigned acknowledges receipt of this Addendum No. 1

More information

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 4 TO:

URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 4 TO: URS CORPORATION NY Contract No. C015548 ADDENDUM NO. 4 TO: DATE: May 12, 2016 CONTRACT NO. C015548-S13-FRGRSA COUNTY: SUFFOLK IN THE LETTING OF May 16, 2016 NOTICE TO PROSPECTIVE BIDDERS The following

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016 ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP #2017-01 NOTICE TO PROSPECTIVE BIDDERS June 7, 2016 Prospective bidders are hereby informed of the following corrections, additions, deletions, and/or modifications

More information

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum Page 1 of 6 DESIGN STANDARDS FOR: MEASUREMENT AND PAYMENT Where bids are utilities for construction, repair or alteration for Public Work park projects, the following bid item descriptions and units of

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

SPECIAL SPECIFICATION 5925 Polyvinyl Cloride (PVC) Sewer Pipe and Fittings

SPECIAL SPECIFICATION 5925 Polyvinyl Cloride (PVC) Sewer Pipe and Fittings 1993 Specifications CSJ 0144-01-060 SPECIAL SPECIFICATION 5925 Polyvinyl Cloride (PVC) Sewer Pipe and Fittings 1. General. (1) Scope. This Section includes the furnishing, installation, and subsequent

More information

a. Unless otherwise specified, all lengths shall be horizontal distances.

a. Unless otherwise specified, all lengths shall be horizontal distances. SECTION 01025 PART 1- GENERAL 1.01 DESCRIPTION A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given in the Bid. It establishes

More information

YES, we received Addendum No. 1

YES, we received Addendum No. 1 TRANSMITTAL SHEET Date sent: Friday, April 6, 2018 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 36 CONFIRMATION

More information

BID FORM. (Firm) FOR CONSTRUCTION OF

BID FORM. (Firm) FOR CONSTRUCTION OF BID FORM BY Rancho California Water District 42135 Winchester Road Post Office Box 9017 Temecula, CA 92589-9017 (Firm) FOR VIA VISTA GRANDE [PROJECT 20161], AVOCADO MESA [PROJECT 20162], AND CARANCHO WEST

More information

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018 Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA-2019-004 TMWA Capital Project No.: 10-0001.053 October 3, 2018 The following information, clarifications, changes and modifications are by reference

More information

TENDER WELLCOX ACCESS ROAD ADDENDUM 1

TENDER WELLCOX ACCESS ROAD ADDENDUM 1 TENDER 2336-2019 WELLCOX ACCESS ROAD ADDENDUM 1 This addendum shall be read in conjunction with and considered as an integral part of the Tender Contract 2336-2019. Revisions supersede the information

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 012000 Applies only to Collier County Public Utilities Projects or Works and Utilities Portions of Collier County Transportation Projects, but not to Private Developments PART 1 GENERAL 1.1 SECTION

More information

General Water Bid Items Item No.

General Water Bid Items Item No. BID PROPOSAL PROPOSAL OF, a corporation organized and existing under the laws of the State of, a partnership consisting of, an individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

2013 ANNUAL AIRFIELD PAVEMENT REHABILITATION CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum

2013 ANNUAL AIRFIELD PAVEMENT REHABILITATION CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum D E N V E R I N T E R N A T I O N A L A I R P O R T CONTRACT NO. 201208796 ADDENDUM NUMBER TWO Scope of this Addendum Addendum Number Two includes modifications to the following Contract Documents issued

More information

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2 revard Central Services Florida's Coast CENTRAL SERVICES GROUP Telephone (321) 617 7390 PURCHASING SERVICES Fax (321) 617-7391 Brevard County Government Center 2725 Judge Fran Jamieson Way, Bldg. C, Suite

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

November 29, CITY OF PLANT CITY Purchasing Division (813)

November 29, CITY OF PLANT CITY Purchasing Division (813) November 29, 2018 CITY OF PLANT CITY Purchasing Division (813) 659-4270 IFB 18-014UM-LG 12-inch Water Transmission Main-Franklin St., Hancock St. and Terrace Drive West ADDENDUM No. 3 *Bidders are required

More information

ADDENDUM NO. 1 LAWRENCE MERRIMACK STREET UTILITY IMPROVEMENTS PROJECT RESPONSE TO CONTRACTOR QUESTIONS:

ADDENDUM NO. 1 LAWRENCE MERRIMACK STREET UTILITY IMPROVEMENTS PROJECT RESPONSE TO CONTRACTOR QUESTIONS: City of Lawrence Office of Planning & Development Merrimack Street Utility Improvements Project IFB ADDENDUM NO. 1 September 15, 2017 To Prospective Bidders and Others on: LAWRENCE MERRIMACK STREET UTILITY

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION A1 EXCAVATION AND BACKFILL GENERAL SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such

More information

BASE BID Description Written & Numeric Price

BASE BID Description Written & Numeric Price PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,

More information

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ADDENDUM NO. 1 ITB-U-11-05 CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ISSUE DATE: February 14, 2011 BID DATE: TO: SUBJECT: INTENT: March 1, 2011 @ 2:00 P.M. All Prospective Bidders and Others

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 - PART 1 GENERAL 1.01 THE REQUIREMENT A. Payment for various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing

More information

HARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL

HARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL ADDENDUM NO. 4 November 26, 2018 Page 1 TO PLANS AND SPECIFICATIONS FOR CONSTRUCTION OF HARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL FOR COBB COUNTY SCHOOL DISTRICT COBB COUNTY, GEORGIA DATED: JULY

More information

A D D E N D U M N O. 4

A D D E N D U M N O. 4 A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to

More information

BID PROPOSAL FORM

BID PROPOSAL FORM GENERAL BID INFORMATION EXHIBIT A PROJECT BID PROPOSAL FORM (ATTACHMENT FOR FORM NO. 96) A. Bidder:. B. Project Name: Parking Lot Remediation #15-01-192 C. Project Location: 1501 W. Washington Street,

More information

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

More information

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents

More information

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged. 1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,

More information

TELEPHONE: (215) Addendum No. 03

TELEPHONE: (215) Addendum No. 03 THE SCHOOL DISTRICT OF PHILADELPHIA SCHOOL REFORM COMMISSION Office of Capital Programs 440 North Broad Street, 3 rd Floor Suite 371 Philadelphia, PA 19130 TELEPHONE: (215) 400-4730 Addendum No. 03 Subject:

More information

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM TABLE OF CONTENTS: I. DESCRIPTION:... 2 II. COORDINATION:... 2 III. CONSTRUCTION LAYOUT:... 3 IV. MATERIALS:... 3 V.

More information

E. CONSTRUCTION PROCEDURES

E. CONSTRUCTION PROCEDURES E. CONSTRUCTION PROCEDURES The Project facilities would be constructed in accordance with established electric utility practices, best management practices, final engineering plans, CL&P s specifications

More information

Excavate drilled shafts in accordance with Item 416, Drilled Shaft Foundations.

Excavate drilled shafts in accordance with Item 416, Drilled Shaft Foundations. Item Excavation and Backfill for Structures 1. DESCRIPTION 2. MATERIALS Excavate for placement and construction of structures and backfill structures. Cut and restore pavement. Use materials that meet

More information

CITY OF CHESAPEAKE INVITATION FOR BID ADDENDUM NO. 1. Battlefield Golf Club Water Project, Centerville Turnpike

CITY OF CHESAPEAKE INVITATION FOR BID ADDENDUM NO. 1. Battlefield Golf Club Water Project, Centerville Turnpike CITY OF CHESAPEAKE INVITATION FOR BID ADDENDUM NO. 1 ISSUE DATE: September 1, 2009 IFB No. 10017 TITLE: Battlefield Golf Club Water Project, Centerville Turnpike ISSUED BY: DEPARTMENT: City of Chesapeake

More information

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. ) PAGE 1 OF 6 FOR USE WHEN UNIT S FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. Owner: Contract:

More information

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS*** 00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents

More information

MEASUREMENT & PAYMENT (CITY FUNDED PROJECTS)

MEASUREMENT & PAYMENT (CITY FUNDED PROJECTS) 00950 - Measurement & Payment Page 00950-1 00950 - MEASUREMENT & PAYMENT (CITY FUNDED PROJECTS) (Last revised 5/20/10) SELECTED LINKS TO SECTIONS WITHIN THIS SPECIFICATION Base Course & Paving Curb & Gutter,

More information

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES Section SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL... 39-1 39-2 PRECAST CONCRETE MANHOLES... 39-1 39-2.01 Precast Concrete Storm Drain Manholes... 39-1 39-3 SADDLE MANHOLES... 39-2 39-3.01 Saddle

More information

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section 02540-1 of 10 SECTION 02540 STORM DRAIN REHABILITATION 02540.01 GENERAL A. Description Storm drain rehabilitation shall include, but not necessarily be limited to, pipe joint sealing, inlet and manhole

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 PART FIVE DOCUMENTS FOR SITE AND INFRASTRUCTURE 31 00 00. EARTHWORK 31 10 00. SITE CLEARING.1 STRUCTURE REMOVAL: Include

More information

REVISED PER ADDENDUM No. 1 - Unit Price Bid Schedule

REVISED PER ADDENDUM No. 1 - Unit Price Bid Schedule 1. Mobilization, Insurance, Bonds, General Requirements, BMPs, Record Drawings, Testing Requirements, Utility Location, Demobilization and Site Maintenance. 1 L.S. 2. Supply and install complete 384,238

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications Addendum No. 2 Project No. 2016-01EL West Barbour Street 12kV Underground Reconductoring Revisions to Drawings and Specifications Pre-Bid Meeting Notes and Scope of Work Clarifications Replace Section

More information

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port

More information

Attachment A DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION TABLE OF CONTENTS

Attachment A DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 01 10 - TABLE OF CONTENTS Attachment A PROCUREMENT AND CONTRACTING REQUIREMENTS DIVISION 00 -- PROCUREMENT AND CONTRACTING REQUIREMENTS

More information

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6 SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO. 18-4501 SOLICITATION NO. CO-00198 ADDENDUM 6 (September 10, 2018) To Respondent of Record: This addendum, applicable to work referenced

More information

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR TABLE OF CONTENTS 99.1. ADMINISTRATION AND GENERAL REGULATIONS...2 99.1.1. Title...2

More information

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB ADDENDUM NO. ONE Notice is hereby given that on June 22, 2017 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Agent in the Mercer County McDade Administration

More information

SUBJECT: ADDENDUM #1 IFB # Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR) NOTICE of REVISIONS:

SUBJECT: ADDENDUM #1 IFB # Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR) NOTICE of REVISIONS: Office of Procurement Conway, SC 29526 3230 Hwy 319 E Conway, SC 29526 843.915.5380 (Ph) 843.365.9861 (Fx) TO: FROM: ALL INTERESTED PARTIES Kimberly Massie, CPPB, Director of Procurement DATE: May 31,

More information

Table of Contents for Guide Specifications

Table of Contents for Guide Specifications Table of Contents for Guide Specifications 01270A Measurement and Payment 01355A Environmental Protection 01356A Storm Water Pollution Prevention Measures 01421 Basic Storm Water Pollution Prevention Plan

More information

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM 1. GENERAL 1.01 DESCRIPTION GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM A. The Contractor shall furnish all labor, equipment and materials necessary

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

ATTACHMENT AA DETAILED SCOPE OF WORK DEMOLITION AND REMOVAL

ATTACHMENT AA DETAILED SCOPE OF WORK DEMOLITION AND REMOVAL ATTACHMENT AA DETAILED SCOPE OF WORK DEMOLITION AND REMOVAL 1.0 Structures Structures are buildings, including attached improvements, which could primarily be used as a residential dwelling or for commercial,

More information

ATTACHMENT AA, DETAILED SCOPE OF WORK DISTRICTWIDE RIGHT OF WAY PROPERTY DEMOLITION SERVICES

ATTACHMENT AA, DETAILED SCOPE OF WORK DISTRICTWIDE RIGHT OF WAY PROPERTY DEMOLITION SERVICES DISTRICTWIDE RIGHT OF WAY PROPERTY DEMOLITION SERVICES 1.0 Structures Structures are buildings, including attached improvements, which could primarily be used as a residential dwelling or for commercial,

More information

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3 CARGO HARDSTAND IMPROVEMENTS at Seattle-Tacoma International Airport BID PACKAGE Addendum No. 3 MC-0317700 Primary Work Project #: 104648 Cargo 2 Hardstand Expansion (103801) Cargo 5 Hardstand Construction

More information

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 2004 Specifications CSJ 1316-01-034 & 0902-48-502 SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 1. Description. Furnish all materials, equipment, labor and incidentals necessary

More information

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion City of Tacoma Tacoma Public Utilities Tacoma Power REQUEST FOR BIDS PG14-0667F Alder Lake Park Sewage Treatment Expansion Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, April 14, 2015 Submittal

More information

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

More information

ADDENDUM #1 BL Construction of Club Drive Park: Phase II

ADDENDUM #1 BL Construction of Club Drive Park: Phase II October 25, 2017 ADDENDUM #1 BL094-17 Construction of Club Drive Park: Phase II 1389 Peachtree Street, NE Suite 200 Atlanta, GA 30309 Phone: 404.873.6730 www.tsw-design.com Principals: William Tunnell

More information

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT DIVISION IV CONSTRUCTION AND MATERIAL SPECIFICATIONS SECTION 4100 MEASUREMENT AND PAYMENT 4100 SCOPE... 2 4101 Clearing and Grubbing...

More information